Loading...
HomeMy WebLinkAbout13-16 Delta Airport Con Northside Connector - PIN 64-A-79 - Shawnee - BackfileSITE PLAN TRACKING SHEET Comment Sheets: GIS Y Sanitation Authority -A Inspections ✓ Public Works Parks & Rec mac_ Health Dept._ VDOT Winchester Stephens City Middletown Airport Fire ✓ One copy of Site Plan application form Payment of site plan review fee One reproducible copy of Site Plan OPEN FILE: File Opened y I �5 1 i (, Reference Manual updated/number assigned y �S I l �- D-base updated -( -,( _ Application Action Summary updated CLOSE FILE: 571, , ') i 1 Approved (or denied) letter mailed to applicant/copy to rile and cc's I r1 File stamped "approved", "denied" or "withdrawn" ✓c t ��� Reference Manual updated D-base updated i I'( Application Action Summary updated ►tea 23 !G Sys ID # Updated 3113114 CHARGE CARD FORM Name nQ e �G �s�.rn M Phone `D (O a S7 _7 Sqo Company Name �-Q i n thA She , i puck Address 1 A; (EQ(4 —�I VA City, State, Zip Code Card Type V+ S G�- Card # 14-7 ► 5 a 9 1 1 $ignatur� 0�11 354-� Exp. Date D1 sQ I Dat( / (--2-/ 6 Please Accept payment for the following fee(s) by credit card as noted below: W) Item Budget Amount Code Booklets & Maps PCOI $ Description Proffers %odside Estates II IOBH $ Saratoga Meadows 1 OBQ $ Valley Mdl Estates l oCC $ Briarwood Estates lI - IX 1 OCN $ Sign Deposit 1095 $ Applications S:4-- Plan ljinn��s�: �; � ZASP $ y 00 3 D Zoning & Subdivision Ordinance PCO2 $ _ Sale of Amendments (Zoning/Subdivision ord.) PCO2 $ Sale of GIS Material 10 DL $ Subtotal $ % fir -&- g + AU,argwpd Total $ y �o S" sQQ�or , 35a. Please note: The site plans associated with this file are located in the file room. dw COUNTY of FREDERICK Department of Planning and Development 540/ 665-5651 Fax: 540/ 665-6395 May 17, 2017 Mr. Adam Switzer, PE Delta Airport Consultants, Inc. 3544 North Progress Avenue, Suite 200 Harrisburg, PA 17110 Re: Approval of Site Plan #13-16; Northside Connector Property Identification Number (PIN): 64-A-79 Dear Mr. Switzer: The Frederick County Department of Planning and Development administratively approved the above -referenced site plan on May 16, 2017. The site plan is approved for the construction of the Northside Connector at the Winchester Regional Airport located on Airport Road in the Shawnee Magisterial District. All requirements of the Frederick County Zoning Ordinance have been met in the approved site plan, including review agency comments from all relevant review agencies. I am providing you with one (1) copy of the approved site plan. Please forward this copy to the appropriate representative(s). Furthermore, advise the owner(s) that a copy should be kept for future reference, and an approved copy must be kept on the construction site throughout the development process. Do not hesitate to contact me if you have any questions or concerns. Sincerely, Candice E. Perkins, AICP, CZA Assistant Director CEP/pd Attachment cc: Serena Manuel, Winchester Regional Airport, 491 Airport Rd., Winchester, VA 22602 Jane Anderson, Real Estate Gene Fisher, Shawnee District Supervisor Lawrence Ambrogi and H. Paige Manuel, Shawnee District Planning Conunissioners Commissioner of Revenue 107 North Kent Street, Suite 202 • Winchester, Virginia 22601-5000 Pam Deeter To: Gene E. Fisher (gfisher@su.edu); Lawrence Ambrogi; H. Paige Manuel Subject: site plan approval Northside Connector Attachments: SKMBT_PLAN17051709530.pdf Good morning, Please find attached the approval letter from Mr. Cheran for the site plan #13-16 Northside Connector which is in your magisterial district. If you have any questions, please contact Mr. Cheran. Pam Deeter Planning and Development 107 N. Kent Street, Suite 202 Winchester, VA 22601 (540) 665-5651 Pam Deeter From: Mail Delivery System < MAILER- DAEMON @co.frederick.va.us> To: lawbrogi@gmail.com; gfisher@su.edu; hpmanuel@comcast.net Sent: Wednesday, May 17, 2017 9:55 AM Subject: Relayed: site plan approval Northside Connector Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: lawbrogi@gmail.com gfisher@su.edu hpmanuel@comcast.net Subject: site plan approval Northside Connector 1] Pam Deeter From: Candice Perkins Sent: Tuesday, May 16, 2017 3:26 PM To: Pam Deeter Subject: Approval Attachments: Approval.docx Once Mark signs we can call lum for pickup — he only gets one set. Adam D. Switzer, P.E., CM, LEED GA Project Manager Delta Airport Consultants, Inc. 3544 North Progress Avenue, Suite 200 Harrisburg, PA 17110 Office: (717) 652-8700 Mobile: (804) 852-4321 1 DELTA AIRPORT r CONSULTANTS, INC. - MAY 1 & 2017 May 15, 2017 Ms. Candice Perkins Assistant Director Frederick County Planning & Development 107 North Kent Street, Suite 102 Winchester, VA 22601 Subject: Permitting Plans for Signature Construct Northside Connector Winchester Regional Airport AIP Project No. 3-51-0059-035-2016 (Construction) DOAV Project No. CF0059-035 (Construction) Delta Project No. 15012 Dear Ms. Perkins: Please find enclosed three (3) copies of the construction plans for the above referenced project for your use. As discussed, the County is to sign all three copies, retain two for their files, and Delta will pick up the final copy for use on the project. When the plans have been signed and are available for pickup, please Contact my office at (717) 652-8700 or aswitzer@deltaairport.com. Should you have any questions, please feel free to contact our office, and thank you for your assistance on this project. Sincerely, Adam D. Switzer, P.E., C.M. Project Manager ADS:ads Enclosures: RFC Plans for signature (3 copies) c: None Reference: Delta Project No. 15012 3544 N PROGRESS AVE, SUITE 200, HARRISBURG, PA 17110 P. (717) 652-8700 F. (717) 652-8371 WWW.DELTAAIRPORT.COM 9 l.J I Mr. Tracy J. Saunders, P.E., C.M. Delta Airport Consultants, Inc. 3540 North Progress Avenue Suite 102 Harrisburg, PA 17110 May 15, 2017 RE: Northside Connector, Winchester Regional Airport Winchester Regional Airport Frederick County, Virginia Dear Mr. Saunders: COUNTY of FREDERICK Department of Public Wore 540/665-5643 FAX: 540/678-06 2 Upon review of the revised site plan dated September 23, 2016 and received on April 25, 2017, all of our previous comments have been addressed. Therefore, we recommend approval of the subject plan. Sincerely, f Joe C. Wilder Director of Public Works JCW/keo cc: Planning and Development file 107 North Kent Street, Second Floor, Suite 200 • Winchester, Virginia 22601-5000 i Ll Frederick CoXrny Department o f Fire ccnd . escue Office of'the Fire Marshal 1080 Coversione Drh)e 'J! "inche.'Oer, I/A 22602 (540) 665-6350 Fax: (540) 678-4739 Einae1: friirt@JLwa. us CommentsPlan Review & Date Received 3/31 /20.16 Plan/Permit Type Site Plan 03/31/2016 Name Winchester Regional Airport Address 491 Airport Road Winchester Project Name Northside Connector Applicant Name & Number Delta Airport Consultants, Inc. 717-652-8700 RE# Permit Number Emergency Vehicle Access: Hydrant Location: Siamese Location: Fire Lanes Required: Plan Approval Status Comments Signature: Reviewed By: Kenneth Scott, Jr. Title_j--� Adequate Inadequate XA Adequate Inadequate NA Adequate Inadequate1P1 Yes No ,N1A Date Reviewed 4/1412016 VA 22602 CJ Mira kvil 540/665-5643 1a8r- /Lk " 2 1 Z CD 1 Aptly "u 11- Mr. Tracy J. Saunders, P.E., C.M. Delta Airport Consultants, Inc. 3540 North Progress Avenue Suite 102 Harrisburg, PA 17110 RE: Northside Connector, Winchester Regional Airport Frederick County, Virginia Dear Mr. Saunders: We have completed our review of the proposed Northside Connector design plans to be constructed at the Winchester Regional Airport and offer the following comments: 1. Refer to Sheet 2: It appears that the open grid paver units have not been included under the summary of quantities. 2. Refer to Sheet 3: The adjacent property owner list may need to be updated to reflect the current owners i.e. N/F Carper's Valley Golf Club, Inc. no longer owns the property directly north of the project site. This property is proposed to be utilized as an access point to the project site. 3. Refer to Sheet 4: Verify that the airport authority has a deeded right-of-way to access the project site via Coverstone Drive. 4. Refer to Sheet 5, General Project Notes: The contractor will be required to obtain a land disturbance permit from the Frederick County Public Works Department prior to commencing any site work. 107 North Kent Street, Second Floor, Suite 200 • Winchester, Virginia 22601-5000 Northside Connector, Achester Regional Airport Page 2 5. Refer to Sheet 6: Include modifications to the existing stormwater ponds in work area #2. 6. Refer to Sheet 7: Add modifications to the existing stormwater pond in the descriptions of the proposed work. 7. Refer to Sheet 11: Provide details for the modifications to the existing stormwater pond outlet structure. S. Refer to Sheet 15, Note #3: The narrative indicates that there will be no disturbance to adjacent properties. Unfortunately, access to the project site will be accommodated through adjacent property. Therefore, it may be necessary to upgrade the rough trails that currently exist on the adjacent property to the north. The narrative should be expanded to anticipate this use. I can be reached at 540-722-8214 if you should have any questions regarding the above comments. Sincerely, 400zr. )zb�w� Harvey E. Strawsnyder, Jr., P.E. Director of Public Works HES/kco cc: Planning and Development file 107 North Kent Street, Second Floor, Suite 200 • Winchester, Virginia 22601-5000 REQUEST FOR SITE PLAN COMMENTS Frederick County Inspections Department Comment Mail to: Frederick County Inspections Department Attn: Building Official 107 North Kent Street, Winchester, Virginia 22601 0 Hand deliver to: Frederick County Inspections Dept. 107 North Kent Street, 2nd Floor Winchester, Virginia 22601 Phone: (540) 665-5650 Applicant: It is your responsibility to complete this form as accurately as possible in order to assist the agency with their review. Please attach taro (2) copies of the Site Plan with this sheet. Applicant's Name: Delta Airport Consultants, Inc.Telephone: (717) 652-8700 Mailing Address: 3540 North Progress Avenue, Suite 102 _ Harrisburg Pennsylvania 1.1710 Name of development and/or description of the request: Initial review of Construct Northside Connector project at Winchester Regional Airport Location of Property: Winchester Regional Airport 491 Airport Road Wincherster Virginia 22602 _ Inspections Department Comments: Future Electrical Conduits installed -FREDERICK COUNTY INSPECTIONS DEPARTMENT USE ONLY - Date Received 3/31/16 Date Reviewed _4/25/16 Revision Required _No_�,✓ Signature & Date: Review Number,,12 3 4 5 (circle one) Date Approved. 0 o 4/25/ 16 � J * Please Return Form to Applicant" 2. a SITE PLAN APPLICATION 16 - Office Use Only- _ Date Application Received: 4I 13 Application #: n \ Fees Received: 4�� CJa • Receipt #: Cg,/ c Initials: Project Title: Construct Northside Connector Location of Property (Street address) 491 Airport Road Winchester, Virginia 22602 3. Applicant/Designer: Name: Delta Airport Consultants, Inc. Telephone: (717) 652-8371 Address: 3540 North Progress Avenue, Suite 102 Harrisburg, Pennsylvania 17110 4. Property Owner (if different than above): Name: Winchester Reg. Airport Authority Telephone: (540) 722-9335 Address: 491 Airport Road Winchester, Virginia 22062 5. Property Information: a. Property Identification Number: 64-A-79 b. Total acreage of the parcel to be developed- 364.33 Acres c. Total disturbed area of the parcel: 13.52 Acres d. Present Use: Airport e. Proposed Use: Airport f. Magisterial District(s) Shawnee 8 6. Site Plan Type: a. Is this an original or new site plan? Yes II No b. Is this a revised site plan? Yes No I� If yes provide all previous site plan numbers: C. Is this a minor site plan? Yes II No 7 If yes provide all previous site plan numbers: 7. Zoning Information: a. Current Zoning: RA b. Was this property Rezoned? Yes No C. If yes provide the rezoning number for this property: d. Are there any proffers for this property? Y C. Has a MDP been approved for this property? Y f. If yes provide the MDP number for this property: es es No No 16 F-1 7 8. Adjoining property zoning and use: USE ZONING North Commercial RA, MI East Industrial, Commercial BR, MI, RA South Residential RA West Commercial RA, B2, MI, I have read the material included in this package and understand what is required by the Frederick County Planning Department. I also understand that all required material will be complete prior to the submission of my site plan. Digitally signed by Tracy J Saunders Signature: Date: 2016.03.29 09:46:29-04'00' Date: March 29, 2016 9 REQUEST FOR SITE PLAN COMMENTS Frederick County Department of Planning & Development Mail to: Frederick County Department of Planning & Development 107 North Kent Street, Winchester, Virginia 22601 Phone: (540) 665-5651 0 Hand deliver to: Frederick County Department of Planning & Development 107 North Kent Street, 2nd Floor Winchester, Virginia 22601 Applicant: It is your responsibility to complete this form as accurately as possible in order to assist the agency with their review. Please attach two (2) copies of the Site Plan with this sheet. Applicants Name: Delta Airport Consultants, Inc. Telephone: (717) 652-8700 Mailing Address: 3540 North Progress Avenue, Suite 102 Harrisburg, Pennsylvania 11710 Name of development and/or description of the request: Initial review of Construct Northside Connector project at Winchester Regional Airport. Location of Property: Winchester Regional Airport 491 Airport Road Winchester, Virginia 22602 Department of Planning & Development Comments: -PLANNING DEPARTMENT USE ONLY - Date Received Review Number 1 2 3 4 5 (circle one) Date Reviewed Revision Required Date Approved Signature & Date: ** Please Return Form to Applicant** 16 0 Special Limited Power of Attorney County of Frederick, Virginia Frederick Planning Website: www.co.frederick.va.us Department of Planning & Development, County of Frederick, Virginia 107 North Kent Street, Winchester, Virginia 22601 Phone (540) 665-5651 Facsimile (540) 665-6395 Know All Men By These Presents: That I (We) (Name) Winchester Regional Airport Authority (Address) 491 Airport Road, Winchester, Virginia 22062 (Phone) (717) 652-8371 the owner(s) of all those tracts or parcels of land ("Prope rty") conveyed to m e (us), by deed recorded in the Clerk's Office of the Circuit Court of the County of Frederick, Virginia, by Instrument No. D on Page 070015617 Parcel: 79 Lot: Block: A Section: 64 do hereby make, constitute and appoint: (Name) Delta Airport Consultants, Inc. and is described as Subdivision: (Phone) (717) 652-8371 (Address) 3540 North Progress Avenue, Suite 102, Harrisburg, Pennsylvania To act as my true and lawful attorney -in-fact for and in my (our) nam e, p lace and ste ad with full power and authority I (we) would have if acting personall y to file planning applications for m y (our) a bove described Property, including: Rezoning (including proffers) Conditional Use Permit _Master Development Plan (Preliminary and Final) Subdivision 571 Site Plan Variance or Appeal My attorney -in -fact shall have the authority to offer proffered conditions and to make amendments to previously approved proffered conditions except as follows: This authorization shall expire one year from the day it is signed, or until it is otherwise rescinded or modified. In witness thereof, I (we) have hereto set my (our) hand and seal this day of% Signature(s) ��` �p M;•F0� �i0,� 1. .` r. 11 P •'••. 0 State of Virginia, CitylCounty of �i t��k To -wit: n ?� REG ar i C i 7624979 COMMISSIO :2 _ I, , ;,`� --C��� / , a Not ary Public in and for the jurisdiction zf asaiPPIRES Ncertify that th rson(s) who Sig ned to the foregoing rostrum ent personally peared before m'.�a�2019•• acknowled ed th same before me in the jurisdiction aforesaid this day of j , 20�OF /s7 My Commission Expires: G�iZ�( �/ RW Notar ublic Special Limited Power of Attorney County of Frederick, Virginia Frederick Planning Website: www.co.frederick.va.us Department of Planning & Development, County of Frederick, Virginia 107 North Kent Street, Winchester, Virginia 22601 Phone (540) 665-5651 Facsimile (540) 665-6395 Know All Men By These Presents: That I (We) (Name) Winchester Regional Airport Authority (Address) 491 Airport Road, Winchester, Virginia 22062 (Phone) (717) 652-8371 the owner(s) of all those tracts or parcels of land ("Prope rty") conveyed to m e (us), by deed recorded in the Clerk's Office of the Circuit Court of the County of Frederick, Virginia, by Instrument No. D on Page 070015617 Parcel: 79 Lot: Block: A Section: 64 do hereby make, constitute and appoint: (Name) Delta Airport Consultants, Inc. and is described as Subdivision: (Address) 3540 North Progress Avenue, Suite 102, Harrisburg, Pennsylvania (Phone) (717) 652-8371 To act as my true and lawful attorney -in-fact for and in my (our) nam e, place and ste ad with full power and authority 1 (we) would have if acting personall y to file planning applications for m y (our) a bove described Property, including: Fj Rezoning (including proffers) _Conditional Use Permit Master Development Plan (Preliminary and Final) Subdivision F✓ Site Plan Variance or Appeal My attorney -in -fact shall have the authority to offer proffered conditions and to make amendments to previously approved proffered conditions except as follows: This authorization shall expire one year from the day it is signed, or until it is otherwise rescinded or modified. In witness thereof, I (we) have hereto set my (our) hand and seal this day of , 20 , Signature(s) State of Virginia, City/County of , To -wit: a Not ary Public in and for the jurisdiction aforesaid, certify that the person(s) who Sig ned to the foregoing instrum ent personally appeared before m e and has acknowledged the same before me in the jurisdiction aforesaid this day of 520 My Commission Expires: Notary Public SITE PLAN APPLICATION CHECKLIST The checklist shown below specifies the information which is required to be submitted as part of the site plan application. The Department of Planning & Development will review the application to ensure that it is complete prior to accepting it. If any portion of the application is not complete, it will be returned to the applicant(s). (1) One (1) s et of a pproved c omment s heets a re r equired f rom e ach r elevant review agency prior to final approval of a site plan. It is recommended that applicants contact the Department of Planning & Development to determine which review a gencies ar e r elevant to their s ite pl an application. A lis t of potentially relevant review agencies is shown below: Frederick County Department of Planning & Development ❑ Virginia Department of Transportation (VDOT) ❑ Department of GIS (Geographic Information Services) ❑ Frederick County Sanitation Authority Frederick County Building Inspections Department Frederick County Department of Public Works Frederick County Fire Marshal Virginia Department of Health ❑ Frederick County Department of Parks & Recreation ❑ City of Winchester ❑ Town of Stephens City ❑ Town of Middletown ❑ Winchester Regional Airport Authority ❑ Frederick County Public Schools (for residential plans) (2) One (1) copy of the Site Plan application form. �✓ _ (3) Payment of the site plan review fee. ❑✓ (4) Two (2) copies of the site plan for review. I I (5) Completed Special Limited Power of Attorney (original). ❑ (6) Traffic Impact Analysis (if applicable). Irl SITE PLAN CHECKLIST The Site Plan Checklist, shown below, lists the information which is required to be on each site plan. Site plans which are incomplete or missing information will be returned to the applicant (s) for revision. Project Infof-mation Section (1) A title that includes the name of the proposed or existing business and a subtitle which describes the proposed development. FJ (2) The name, address, and phone number of the land owner, developer, and designer. �✓ _ (3) The Frederick County Property Identification Number (PIN) of all lots included on the site plan. , (4) The number and type of dwelling units included on the site plan for residential uses. (5) The total land area and total developed land area of all lots included on the site plan. (6) A detailed de scription o f the proposed use or uses o f the development, a s well a s a description of the existing use or uses. F(7) A r eference t o any o ther s ite p Ian, master de velopment p Ian approved by t he c ounty for the site. �✓ _ (8) The date the site plan was prepared and a list of all revisions made, including the date and a description of why the site plan was revised. ❑✓ (9) A table of contents including all pages of the site plan. (10) A list of all proposed utility providers, with their address, name and phone number. ❑✓ (11) A l ocation m ap showing t he 1 ocation o f t he s ite, along w ith t he location o f s treets, roads and land uses within five hundred (500) feet of the property. (12) A statement listing all requirements and conditions placed on the land included in the site plan resulting from approval of conditional zoning or a conditional use permit. (13) A description of setbacks or conditions placed on the site as a r esult of an approved variance. ❑✓ (14) The name of the Magisterial District the property is located within. Calculations Section (15) Calculations showing the Floor Area Ration (FAR) of the site, including the maximum allowed FAR, total ground floor area, total floor area, and total lot area. (16) Calculations s howing t he total num ber of required and pr oposed p arking s paces, V including the total number of existing and proposed spaces. (17) Calculations showing the total number of required handicap spaces, including the total number of existing and proposed spaces. (18) Calculations showing the total number of required loading spaces, including the total number of existing and proposed spaces. (19) Calculations s howing t he t otal num ber of required pe rimeter a nd i nterior trees required, including the number of provided trees. (20) Calculations showing the percentage of the property that will be landscaped and the percentage of woodlands disturbed. F(19) Calculations s howing t he t otal num ber of required pe rimeter a nd i nterior trees required, including the number of provided trees. Site Plait & Details Section ✓�_ (21) The 1 ocation of a 11 a dj oining I ots w ith t he ow ner's name, s pecific u se, z oning, a nd zoning boundaries shown. (22) The location of all existing or planned right-of-ways and easements that are located on or adjoin the property, with street names, widths, and speed limits shown. (23) All no arby e ntrances t hat a re w ithin t wo hund red ( 200) f eet of a ny e xisting or proposed entrances to the site. (24) All existing and proposed driveways, parking and loading spaces, parking lots and a description of s urfacing m aterial a nd c onstruction de tails t o be us ed. T he s ize a nd angle of parking spaces, aisles, maneuvering areas, and loading spaces shall be shown. I I (25) A North arrow. �✓ _ (26) A graphic scale and statement of scale. ✓�_ (27) A legend describing all symbols and other features that need description. (28) A boundary survey of the entire parcel and all lots included with distances described at least to the nearest hundredth of a foot. (29) The present zoning of all portions of the site, with the location of zoning boundaries. (30) The location of all existing and proposed structures, with the height, specific use, ground floor area, and total floor area labeled. (31) The location of all existing and proposed outdoor uses, with the height, specific use, and land area labeled. �✓ (32) Existing topographic contour lines at intervals acceptable to the Zoning Administrator. Proposed finished grades shall be shown by contour. 12 0 0 ❑ (33) The location of the front, side, and rear yard setback lines required by the applicable zoning district. (34) The 1 ocation a nd boun daries o f e xisting e nvironmental f eatures, including s treams, floodplains, lakes and ponds, wetlands, natural stormwater retention areas, steep slopes, and woodlands. ❑ (35) The location of outdoor trash receptacles. (36) A Photometric Plan per § 165-201.07. ❑ (37) The location, dimensions, and height of all signs. (38) The location of required buf fees, landscaping buf fees, a nd 1 andscaped s creens, including examples, typical cross sections or diagrams of screening to be used. The location a nd d imensions o f r equired f encing, be rms, a nd s imilar features s hall be specified. (39) The location of recreational areas and common open space. ❑ (40) The location of all proposed landscaping with a legend. The caliper, scientific name, and coininon name of all deciduous trees. The height at planting, scientific name, and common name of all evergreen trees and shrubs. ❑ (41) The height at planting, caliper, scientific name, and common name shall be provided for all proposed trees. The height at planting, scientific name and common naive shall be provided for all shrubs. (42) The location of si dewalks and walkways, including al 1 sidewalks or bi cycle pa the required along any road right of way. ❑ (43) The location and width of proposed easements and dedications. �✓ (44) A stormwater management plan describing the location of all stormwater management facilities with design calculations and details. l l (45) A soil erosion and sedimentation plan describing methods to be used. ✓�_ (46) The location and size of sewer and water mains and laterals serving the site. 13 0 • ❑ (47) Facilities necessary to meet the requirements of the Fire Code. (48) A si gned seal o f the c ertified Virginia 1 and surveyor, architect, or engineer who prepared the plan. The seal and signature of the engineer, surveyor or architect shall be on each sheet of the site plan. (49) A s pace I abeled "Approved by t he F rederick C ounty Z oning A dministrator" for t he signature of the Zoning Administrator, approval date, and a statement that reads "site plan valid for five (5) years from approval date." (50) All requirements specified elsewhere in the County Code, including but not limited to the Subdivision Ordinance. 14 0 • -112 MAR 3 1 2016 F REDERICK COUNT/� _ ANNING AND DEVELOPMENT Document Approval Form „ PLEASE REVIEW THE ATTACHED DOCUMENT. IF THIS'DOCUMENT MEETS YOUR APPROVAL PLEASE INITIAL AND PROVIDE THE DATE AND TIME OF YOUR APPROVAL. IF THIS DOCUMENT DOES NOT MEET YOUR APPROVAL PLEASE PROVIDE COMMENTS AS TO WHAT YOU WOULD LIKE TO HA VE COMPLETED. Initials Date & Time Candice Mark Dave Eric Mike John oil Received by Clerical Staff (Date & Time): (S:Office on BlackboxWormsMocument Approval Form—12/27/13) DELTA APORT CONSULTANTS, INC. March 28, 2016 Frederick County Department of Planning & Development 107 North Kent Street Winchester, Virginia 22601 Subject: 90% Review Plan and Specifications — Site Plan Submittal Construct Northside Connector Winchester Regional Airport Winchester Regional Airport Authority AIP Project No. 3-51-0059-033-2015 DOAV Project No. CF0059-33 Dear Sir or Madam: Please find enclosed two (2) copies of the 90% Review Plans and Specifications / Site Plan Submittal for the Construct Northside Connector project at Winchester Regional Airport. In addition, the following required forms are enclosed: • Completed Site Plan Application • Site Plan Application Checklist • Request for Site Plan Comments Form • Draft Special Limited Power of Attorney Also enclosed for your reference is the 90% Review Stormwater Management and Erosion and Sediment Control Design Report. As coordinated with your office, the Site Plan Submittal has also been forwarded to the following departments: • Inspections —Two (2) sets • Public Works — One (1) set and 90% Review Stormwater Management and Erosion and Sediment Control Design Report • Fire Marshal —Two (2) sets The $4,532.00 review fee payment for the 13.52 disturbed acres will be forwarded under separate cover by the Winchester Regional Airport, along with the completed Special Limited Power of Attorney. 3540 N PROGRESS AVE, SUITE 102, HARRISBURG, PA 17110 P. (717) 652-8700 F. (717) 652-8371 WWW.DELTAAIRPORT.COM 0 • Frederick County March 28, 2015 Page 2 We are requesting your review of the enclosed information. If you should have any questions concerning this matter, please do not hesitate to contact our office. Sincerely, Tracy J. Saunders, P.E., C.M. Project Manager Enclosures: 90% Review Plans dated March 2016—Two (2) full-size copies 90% Review Specifications dated March 2016 —Two (2) copies Site Plan Application Site Plan Application Checklist Request for Site Plan Comments Form Draft Special Limited Power of Attorney 90% Review Stormwater Management and Erosion Sediment Control Design Report cc: Serena Manuel, Winchester Regional Airport (Application, Checklist, Forms Only) Adam Switzer, Delta Airport Consultants, Inc. (Application, Checklist, Forms Only) Reference: Delta Project No. 15012 E LA DELTA AIRPORT CONSULTANTS, INC. March 28, 2016 Frederick County Department of Planning & Development 107 North Kent Street Winchester, Virginia 22601 Subject: 90% Review Plan and Specifications — Site Plan Submittal Construct Northside Connector Winchester Regional Airport Winchester Regional Airport Authority AIP Project No. 3-51-0059-033-2015 DOAV Project No. CF0059-33 Dear Sir or Madam: Please find enclosed two (2) copies of the 90% Review Plans and Specifications / Site Plan Submittal for the Construct Northside Connector project at Winchester Regional Airport. In addition, the following required forms are enclosed: • Completed Site Plan Application • Site Plan Application Checklist • Request for Site Plan Comments Form • Draft Special Limited Power of Attorney Also enclosed for your reference is the 90% Review Stormwater Management and Erosion and Sediment Control Design Report. As coordinated with your office, the Site Plan Submittal has also been forwarded to the following departments: • Inspections —Two (2) sets • Public Works — One (1) set and 90% Review Stormwater Management and Erosion and Sediment Control Design Report • Fire Marshal —Two (2) sets The 4,532.00 review fee payment for the 13.52 disturbed acres will be forwarded under separate cover y the Winchester Regional Airport, along with the completed Special Limited Power of Attorney. I31?$e F-e 0-0 35a. tw/4&-7 sq�l�r.�cs AZ/, 35c2 3540 N PROGRESS AVE, SUITE 102, HARRISBURG, PA 17110 P. (717) 652-8700 F. (717) 652-8371 WWW.DELTAAIRPORT.COM GBC Binder stays with site plan #13-16 DELTA CONNECTOR "10% REVIEW SUBMISSION MARCH 2O16 JORMWATER MANAGEMENT AND EROSION AND SEDIMENT CONTROL DESIGN REPORT CONSTRUCT NORTHSIDE CONNECTOR WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA AIP PROJECT NO. 3-51-0059-033-2015 DOAV PROJECT NO. CF0059-33 PREPARED FOR: WINCHESTER REGIONAL AIRPORT AUTHORITY REGIpNq\ SERVING THE TOP OF VIRGINIA _ DELTA AIRPORT CONSULTANTS, INC. 3540 N. Progress Ave., Suite 102 Harrisburg, Pennsylvania 1 71 10 Delta Project No. 15012 7N ,AOki .A - Introduction............................................................................................................................................. 3 ProjectScope..........................................................................................................................................L 3 Erosion& Sediment Control.....................................................................................................................4 Channel and Storm Sewer Design.............................................................................................................4 Stormwater Management Design............................................................................................................4 ADDITIONAL INFORMATION AND CALCULATIONS Section #1 Checklist Section #2 Erosion and Sediment Control Calculations Section #3 Channel and Stormsewer Calculations Section #4 SWM Calculations Section #S Drainage Area Maps PJ Construct Northside Connector Winchester Regional Airport Winchester, Virginia Delta Project No. 15012 March 24, 2016 Introduction Winchester Regional Airport is a general aviation airport located in Winchester, Virginia, in the northwestern corner of the state, approximately 10 miles south of the West Virginia Border. The major population centers of the City of Winchester lie to the west and north, and the Airport is bordered to the west by Interstate 1-81 and Route 522, which is a major 4-lane highway. The developed land immediately to the north of the airport includes a public safety complex, Army Corps of Engineers facility, an abandoned golf course, and beyond that extensive housing developments and city developments. The land to the east and south can be characterized as rural, with rolling hills and large farm tracts along Route 17/50. ' The purpose of this project is to construct a new taxiway connection to the north of Runway 14-32. This side of the runway is currently undeveloped. A new taxiway connection will allow future development of airport property for additional aircraft parking and hangars. Project Scope The following items of work are proposed as a part of this project. • Grading of site • Paving of Taxiways B, B1, and N1 • Installation of stormsewer system • Installation of SWM dry swales • Adjustment of outlet structure on existing SWM basin 3 Erosion & Sediment Control Temporary erosion & sediment control measures are provided in accordance with the Virginia Erosion & Sediment Control Handbook (VESCH). The measures include construction entrances, silt fence, diversion dikes, check dams, inlet protection, and sediment traps. Runoff from all disturbed ground will be routed through erosion trapping devices. For locations of all erosion and sediment control measures, please refer to the Erosion and Sediment Control Layout in the plans. Mapping of the USDA soil survey boundaries is included with the drainage area maps in Section #5. All erosion and sediment control calculations are located in Section #2. Channel and Storm Sewer Design The capacity of all channels and storm sewers were verified using the 10 year design storm. Channel linings were designed based off of the velocity of the 2 year design storm. Runoff from the project site is conveyed through a series of proposed channels into a stormsewer system that conveys the flow into an existing stormwater management basin. Due to anticipated future development, stormsewer pipes were made larger than necessary for the development under this project. Calculations for the channels and storm sewers on this project can be found in Section #3. Stormwater Management Design Stormwater management for this project, both water quantity and quality, have been designed in accordance with the Virginia Stormwater Management Handbook (VSMH). Compliance with water quality standards was evaluated by using the Virginia Runoff Reduction Method (VRRM). In order to reduce pollutant loads, dry swales (level 2) are proposed in place of traditional grass channels. Both VRRM and dry swale sizing calculations are included in Section #4. Stormwater quantity was evaluated using the SCS TR-55 method. Existing and Proposed conditions were analyzed and compared for compliance with VSMH standards. The energy balance equation was applied to ensure the protection of downstream channels from flooding and erosion. Proposed conditions included the use of adjusted curve numbers inside drainage areas with dry swales to account for their ability to reduce runoff. Runoff volume and peak discharge rates were evaluated at three 4 Ile points of outfall. Outfall 1, where a majority of the project site flows, is an existing stormwater management basin. Outfalls 2 and 3 are areas that do not have any existing stormwater management facilities. Initial results showed an increase in post -developed flow rates and volumes for outfall 1. As a result, it is proposed that the primary outlet structure of the existing basin be raised 1' and reduced from a width of 10' to S'. These modifications help throttle the peak discharge below the existing rate t at outfall 1. In addition, the basin still is able to detain the flow from the 100 year storm event. Outfalls 2 and 3 receive less runoff volume as well as a lower peak discharge rate. � I G � I � I II Figure 1 - Primary Outlet structure on existing SWM basin Results from the SCS analysis and calculations for the energy balance can be found in Section #4. � I � I � I � I � I I10 � I S I m Nam m m m m m me m m m m = m Ebm m I � I 10 � I � I � I u Section #1—Checklist u I1• 1 C Je n n 1• Review Checklist This checklist is to be completed by the Engineer or Surveyor and submitted with the Site Plan. Frederick County, Virginia Department of Public Works Subdivision/Site Plan Name: Construct Northside Connector -------------------------------------------------------------- Engineer/Surveyor Name: Delta Airport Consultants, Inc. _ Engineer/Surveyor Phone: _ 8371 _______ ___________________________________________________ Tax Map (PIN): 64-A-79 -------------------------------------------------------------- Review Key ✓ O.K. O Incomplete Ordinance Requirements ' cc N Not Applicable X Unacceptable a- W N c� Sub- Code of Virginia 4VAC50-30-40 (MS-19) section Provide a note pertaining to temporary and 1 permanent stabilization of denuded areas. Provide a note pertaining to stabilization 2 requirements for soil stockpiles. ✓ Provide a note stating that vegetative stabilization 3 shall be uniform, mature enough to survive and ✓ adequate to inhibit erosion. Provide sediment trapping facilities as the first 4 phase of land disturbing activity. Provide a note requiring that dams, dikes and 5 diversions be stabilized immediately after construction. Sediment traps and basins shall be installed if necessary and in the correct location. Basins shall 6 maintain structural integrity during 100-year 24 hour storm event. (§79-3.A.1 Frederick County Code). Cut and fill slopes shall be adequately stabilized. Fill 7 slopes greater than 3:1 will require a slope stability ✓ analysis and maintenance plan. Provide adequate temporary or permanent channel, 8 flume or slope drain for all concentrated runoff down ✓ cut or fill slopes. Provide adequate drainage or other protection 9 whenever water seeps from a slope face. ✓ Provide adequate inlet protection for all operational 10 storm sewer inlets. Provide adequate channel protection for open 11 conveyance and receiving channel, provide adequate outlet protection for pipes and channels. II Revised 01/21/07 Public Works Plan Review Checklist Page 1 of 4 I1 Provide measures to minimize channel damage N 12 when conducting in -stream construction. Install temporary stream crossings of non-erodable N 13 material All applicable federal, state and local regulations pertaining to working in or crossing live 14 watercourses shall be met - all applicable permits N shall be submitted with Land Disturbance application (§79-3.A.2 Frederick County Code). Provide a note stating that the bed and banks of a 15 watercourse shall be stabilized immediately after N work in the watercourse is completed. Provide appropriate notes regarding trenching 16 practices in accordance with 4VAC50-30-40 subsection 16. Provide a note requiring cleaning/removal of any 17 sediment on public or private roadways. Provide a note requiring that all temporary controls 18 be removed within 30-days once no longer needed; /1 trapped sediment must be removed and stabilized. Provide adequate protection from erosion and 19 sediment deposition for downstream properties and waterways. Demonstrate that concentrated stormwater runoff 19.a leaving the site discharges directly into an adequate natural or manmade channel. Demonstrate that two (2)-year runoff from the site 19.b.2.a does not overtop banks of natural channels and does not cause erosion. Demonstrate that discharge into the previously 19.b.2.b constructed man-made channels are not overtopped by a ten (10)-year storm and the two (2)-year storm does not cause erosion Demonstrate that closed storm sewer systems contain the ten (10)-year storm. Provide calculations 19.b.2.c and show ten (10)-year HGL in the storm sewer profiles. 19 d If offsite improvements are proposed, provide N evidence of obtained easements, etc. Provide an analysis of the existing and ultimate 19.e characteristics of the watershed. Provide responsible party and maintenance plan for 19.f the proposed detention facilities to include access, N what is to be maintained?, how often?, who pays? Provide energy dissipaters at the outfall of all i 9'g detention facilities. Provide calculations demonstrating that onsite 19.h ditches are adequate. Revised 01/21/07 Public Works Plan Review Checklist Page 2 of 4 � I 16 � I � I � I � I � I � I n �� I I10 All sheet flow leaving the site shall be at or below 19.i pre -developed rates or it must be diverted to an ✓ adequate channel, pipe system or detention facility. All calculations and assumptions shall pertain to the ✓ 19'� entire development and its ultimate build -out. All measures utilized shall minimize the impact on 19.k waters of the State. ✓ E&S Narrative Requirements - Virginia Erosion and Sediment Control Handbook - page VII-26 Project description - Describe the nature and purpose of the land disturbing activity and area acres to be disturbed. Existing Site Conditions - Provide a description of ✓ the existing topography, vegetation and drainage. Adjacent Areas - Provide a description of neighboring areas such as streams, lakes, ✓ residential areas, roads, etc., which might be affected by the land disturbance. Off -site areas - Describe any off -site land -disturbing N activities that will occur. Soils - Provide a brief description of the soils on the site giving such information as soil name, mapping unit, erodibility. permeability, depth, texture and soil structure. Geology - Provide a brief description of the geology on the site related to construction; i.e. methods of ✓ removal, use as engineered fills, Karst potential, etc. Critical areas - Provide a description of areas on the site which have potentially serious erosion Y/ problems. E&S control measures - Provide a description of the methods which will be used to control erosion and ./ sedimentation on the site. Permanent stabilization - Provide a brief description, including specifications, of how the site will be stabilized after construction is completed. Stormwater runoff considerations - Will the development of the site cause an increase in peak runoff rates? Will it cause flooding? Describe the ✓ strategy to control stormwater runoff. Calculations - detailed calculations for the design of temporary sediment basins, permanent stormwater ✓ detention basins, diversions, channels, etc. Include calculations for pre- and post -development runoff Site Plan Requirements - Virginia Erosion and Sediment Control Handbook - page VII-27 Provide a vicinity map. Provide a North arrow and scale on all plan sheets. ✓ II Revised 01/21/07 Public Works Plan Review Checklist Page 3 of 4 I I � I JO 1• Indicate the proposed limits of clearing and grading. ✓ Show and label existing contours. ✓ Show and label final contours. ✓ Show existing vegetation. ✓ Show boundaries of different soil types. ✓ Show existing drainage patterns including the ✓ acreage of each drainage area. Label areas with potentially serious erosion problems. ✓ Show all proposed site improvements. ✓ Show location of all erosion and sediment control ✓ measures using VESCH standardsymbols. Show all off -site land disturbing activities and N erosion and sediment control measures. Provide detail drawings for all proposed erosion and sediment control measures. ✓ Provide a maintenance schedule including regular inspection and repair of erosion and sediment control measures. Frederick County Public Works Requirements Provide the Responsible Land Disturber signature block on the plans. Provide a seeding schedule in accordance with ✓ VESCH standard 3.31 and 3.32. Provide a 20-foot drainage easement for all concentrated flows within on- or off -site residential N lots. Provide a minimum of 2% slope on grass channels. P 9 � Dry swales utilize a slope of 1%per Level specifications of the VSMH. If lass than 2%, provide an alternative design. Any area in which drainage collects from more than three (3) lots shall be placed within a platted N drainacle easement. All silt fence shall be wire reinforced. ✓ Drop Inlets in areas accessible to the public will N require a smaller grate opening. Ensure that the backwater condition for the post - developed 100-year storm does not impact adjacent ✓ properties. Provide the dewatering structure details for the proposed sediment basins. The details shall include N elevations. type of structures, pipe sizes, etc. II Revised 01/21/07 Public Works Plan Review Checklist Page 4 of 4 I1 m Nam m m M m m m4r = m m= m m M%m m Z i Section #2 — Erosion and Sediment Control Calculations 2 TEMPORARY SEDIMENT TRAP CALCULATION Trap Number = 1.1 Drainage Area (ac) = 1.53 Wet Storage Req'd (cy) = 102.51 Dry Storage Req'd (cy) = "102.51 Wet Storage Req'd Prov'd Bottom Elev = 2059.00 Width (ft) = 27 18 Wet Storage Elev = 2062.00 Height (ft) = 3 3 Dry Storage Elev = 2064.00 Length (ft) = 41 48 Top Elev = 2065.00 Volume (cy) = 102.51 82 Volume (cf) _ 2768 2204 Wet Storage Req'd = 2768 cf Wet Storage Prov'd = 2204 cf Dry Storage Req'd Prov'd Width (ft) = 26 Dry Storage Req'd = 2768 cf Height (ft) = 2 Dry Storage Prov'd = 2320 cf Length (ft) = 56 Volume (cy) = 102.51 85.93 Volume (cf) = 2768 2320 Dimensions Prov'd 2:1 Ratio Width (ft) = 30 Length (ft) = 60 OK Height (ft) = 6 Outlet Length (ft) = 10 TEMPORARY SEDIMENT TRAP CALCULATION Trap Number = Drainage Area (ac) _ Wet Storage Req'd (cy) _ Dry Storage Req'd (cy) _ Wet Storage Width (ft) _ Height (ft) _ Length (ft) _ Volume (cy) _ Volume (cf) _ Dry Storage Width (ft) _ Height (ft) _ Length (ft) _ Volume (cy) _ Volume (co _ Dimensions Width (ft) _ Length (ft) _ Height (ft) _ Outlet Length (ft) _ ST 1-2 1.53 102.5 102.5 Req'd Prov'd 16 22 3 2 68 74 102.5 103 2768 2768 Req'd Prov'd 28 1.5 80 102.5 107.44 2768 2901 Prov'd 2:1 Ratio 32 84 OK 4.5 10 Bottom Elev = 2006.50 Wet Storage Elev = 2008.50 Dry Storage Elev = 2010.00 Top Elev = 2011.00 Wet Storage Req'd = 2768 cf Wet Storage Prov'd = 2768 cf Dry Storage Req'd = 2768 cf Dry Storage Prov'd = 2901 cf TEMPORARY SEDIMENT TRAP CALCULATION Trap Number = ST 1-3 Drainage Area (ac) = 1.90 Wet Storage Req'd (cy) = 127.3 Dry Storage Req'd (cy) = 127.3 Wet Storage Req'd Prov'd Width (ft) = 28 27 Height (ft) = 3 3 Length (ft) = 49 66 Volume (cy) = 127.3 168 Volume (cf) = 3438 4545 Dry Storage Req'd Prov'd Width (ft) = 35 Height (ft) = 2 Length (ft) = 74 Volume (cy) = 127.3 161.93 Volume (co = 3438 4372 Dimensions Prov'd 2:1 Ratio Width (ft) = 39 Length (ft) = 78 OK Height (ft) = 6 Outlet Length (ft) = 12 Bottom Elev = 2057.00 Wet Storage Elev = 2060.00 Dry Storage Elev = 2062.00 Top Elev = 2063.00 Wet Storage Req'd = 3438 cf Wet Storage Prov'd = 4545 cf Dry Storage Req'd = 3438 cf Dry Storage Prov'd = 4372 cf TEMPORARY SEDIMENT TRAP CALCULATION Trap Number = Drainage Area (ac) _ Wet Storage Req'd (cy) _ Dry Storage Req'd (cy) _ Wet Storage Width (ft) _ Height (ft) _ Length (ft) _ Volume (cy) _ Volume (co _ Dry Storage Width (ft) _ Height (ft) _ Length (ft) _ Volume (cy) _ Volume (cf) _ Dimensions Width (ft) _ Length (ft) _ Height (ft) _ Outlet Length (ft) _ ST 1-4 1.04 69.68 69.68 Req'd Prov'd 24 30 3 3 31 72 69.68 204 1882 5508 Req'd Prov'd 38.4 2.1 80.4 69.68 204.06 1882 5510 Prov'd 2:1 Ratio 42.4 84.4 XXX 6.1 7 Bottom Elev = 2060.50 Wet Storage Elev = 2063.50 Dry Storage Elev = 2065.60 Top Elev = 2066.60 Wet Storage Req'd = 1882 cf Wet Storage Prov'd = 5508 cf Dry Storage Req'd = 1882 cf Dry Storage Prov'd = 5510 cf TEMPORARY SEDIMENT TRAP CALCULATION Trap Number = Drainage Area (ac) _ Wet Storage Req'd (cy) _ Dry Storage Req'd (cy) _ Wet Storage Width (ft) _ Height (ft) _ Length (ft) _ Volume (cy) _ Volume (cf) _ Dry Storage Width (ft) _ Height (ft) _ Length (ft) _ Volume (cy) _ Volume (cf) _ Dimensions Width (ft) _ Length (ft) _ Height (ft) _ Outlet Length (ft) _ ST 1-5 1.23 82.41 82.41 Req'd Prov'd 29 29 3 3 31 71 82.41 194 2226 5251 Req'd Prov'd 37.4 2.1 79.4 82.41 195.56 2226 5280 Prov'd 2:1 Ratio 41.4 83.4 OK 6.1 8 Bottom Elev = 2005.00 Wet Storage Elev = 2008.00 Dry Storage Elev = 2010.10 Top Elev = 2011.10 Wet Storage Req'd = 2226 cf Wet Storage Prov'd = 5251 cf Dry Storage Req'd = 2226 cf Dry Storage Prov'd = 5280 cf TEMPORARY SEDIMENT TRAP CALCULATION Trap Number = ST 1-6 Drainage Area (ac) = 2.51 Wet Storage Req'd (cy) = 168.2 Dry Storage Req'd (cy) = 168.2 Wet Storage Req'd Prov'd Width (ft) = 30 28 Height (ft) = 3 3 Length (ft) = 60 71 Volume (cy) = 168.2 188 Volume (co = 4541 5070 Dry Storage Req'd Prov'd Width (ft) = 36.4 Height (ft) = 2.1 Length (ft) = 79.4 Volume (cy) = 168.2 189.71 Volume (co = 4541 5123 Dimensions Prov'd Width (ft) = 40.4 Length (ft) = 83.4 Height (ft) = 6.1 Outlet Length (ft) = 16 Bottom Elev = 2004.00 Wet Storage Elev = 2007.00 Dry Storage Elev = 2009.10 Top Elev = 2010.10 Wet Storage Req'd = 4541 cf Wet Storage Prov'd = 5070 cf 316 Dry Storage Req'd = 4541 cf Dry Storage Prov'd = 5123 cf 2:1 Ratio OK �.J m Sam m m m m m m4r m m m m m m M%m = 3 1 • 1 1 1 l 1 1 1 1 . Section #3 — Channel and Stormsewer Calculations 1 1 i i 1 1 1 3 li i 1 CHANNEL CALCULATIONS CONSTRUCT NORTHSIDE CONNECTOR BY: GAR WINCHESTER REGIONAL AIRPORT DATE: 3/24/2016 WINCHESTER, VIRGINIA DELTA PROJECT NO. 15012 PAVFn I GRASS 11Nl INFD n = 0 03 CHANNEL DRAINAGE AREA C= 0.9 C= 0.3 CA INCREMENTAL Tc 12 Q2 110 Q10 SLOPE Ft -Ft DEPTH 10 YR VELOCITY 2 YR ALLOWABLE VELOCITY CUT or FILL GEOMETRY AREA CA AREA CA DRY SWALE A 1 B 0.91 0.82 2.86 0.30 1.12 28 2.11 2.4 2.96 3.3 0.01 0.22 1.5 3.7 CUT TRAPEZOIDAL DRY SWALE B 1C 0.40 0.36 2.18 0.65 2.13 33 1 1.90 4.1 2.69 5.7 1 0.01 0.30 1.8 3.7 CUT TRAPEZOIDAL DRY SWALE C 1D 0.17 0.15 1.88 0.56 0.72 29 2.07 1.5 2.90 2.1 0.01 0.17 1.2 3.7 CUT TRAPEZOIDAL STA 15+75 LT 1E 0.29 0.26 1.09 0.33 0.59 10 3.66 2.2 5.01 2.9 0.01 0.50 1.8 3.7 CUT V-DITCH STA 18+25 LT 1F 1 0.48 1 0.43 1.81 1 0.54 0.98 12 3.37 3.3 1 4.63 4.5 0.01 0.59 2.0 1 3.7 1 CUT V-DITCH NOTE MAXIMUM ALLOWABLE VELOCITY FOR BARE EARTH BASED UPON STIFF CLAY IN APPENDIX 7D-6 FROM VDOT DRAINAGE MANUAL. USCS CLASSIFICATION OF ON -SITE SOIL IS CL. N:\15012\15012 - Channel.xls 3/24/2016 15012 - drn02.xls STORM SEWER COMPUTATIONS DELTA PROJECT NO. 15012 PROJECT: CONSTRUCT NORTHSIDE CONNECTOR DATE: 3/24/2016 AREA "A" RUNOFF COEF CA INLET TIME RAIN FALL RUNOFF Q INVERT ELEVATIONS LENGTH SLOPE PIPE DIA. CAPA- CITY VEL FLOW TIME FROM POINT TO POINT ACRES C INCRE- MENT ACCUM- ULATED MIN- UTES Ito IN/HR Qio CFS UPPER END LOWER END FT FT/FT IN CFS FPS SEC TOP ELEV 1 (2) 3) (4) (5) (6) 7 8 9) (10) 11 (12 (13) 14) (15) (16) (17) (18 E103 E104 7.0 0.27 1.89 1.89 34.0 2.6 5.0 714.99 711.77 130 0.02 30 58 14.0 9 715.0 E104 E105 6.8 0.46 3.12 5.01 34.2 2.6 13.2 711.43 706.97 548 0.01 30 42 10.0 55 715.6 D1 D2 2.29 0.43 0.98 0.98 12.0 4.6 4.6 711.38 709.93 290 0.005 36 47 6.7 43 716.1 D2 D3 3.43 0.38 1.30 2.29 12.7 4.5 10.3 709.83 708.85 195 0.005 36 47 6.7 29 716.1 D3 D4 6.35 0.43 2.73 5.02 13.2 4.4 22.2 708.75 707.00 175 0.01 36 67 9.4 19 719.5 D4 E167 MANHOLE 0.00 10.03 35.1 2.6 26.0 706.53 703.40 184 0.017 42 131 13.6 13 720.0 E167 E168 MANHOLE 0.00 10.03 35.3 2.6 25.9 702.90 701.45 186 0.008 48 147 13.0 14 719.5 E168 E169 MANHOLE 0.00 10.03 35.5 2.6 25.8 700.42 699.00 142 0.01 48 147 13.0 11 715.6 NOTE: PROPOSED PIPES WERE SIZED WITH FUTURE DEVELOPMENT IN MIND. • • • 15012 - drn02.xls HYDRAULIC GRADE LINE COMPUTATIONS DELTA PROJECT NO. 15012 PROJECT. CONSTRUCT NORTHSIDE CONNECTOR DATE 3/2412016 INLET STATION OUTLET WS ELEV. Do Oo Lo Sfo % Hf 1 JUNCTION LOSS FINAL H I INLET WS ELEV RIM ELEV o o i g t t t E168 702.20 48 25.8 142 0.0003 0.04 13 0.66 25.9 13 336.16 2.62 0.92 5 0.10 0.26 1 1.84 1 N/A 1 0.92 1 0.96 703.16 720.00 E167 704.65 48 25.9 186 0.0003 0.06 13 0.66 25.8 13 334.77 2.62 0.92 19 1 0.16 0.42 0.66 N/A 0.33 0.38 705.03 719.49 D4 706.20 42 25.8 142 0.0007 0.09 13 0.66 13.2 10 131.80 1.55 0.54 50 0.50 0.78 0.66 N/A 0.33 0.42 706.62 720.00 E104 708.97 30 13.2 548 0.0025 1.37 10 0.39 5.0 14 69.80 3.04 1.07 34 0.33 1.00 0.39 0.50 0.25 1.62 710.59 715.63 E103 713.77 30 5.0 130 0.0004 0.05 14 0.76 NO INCOMING INLET 0.76 N/A 0.38 0.43 714.20 Head Wall D3 709.40 36 22.2 175 0.0010 0.18 9 1 0.35 10.3 71 68.94 1 0.70 1 0.24 1 60 0.56 1 0.39 1 0.98 1.27 0.64 0.81 710.21 719.50 D2 711.25 36 10.3 195 0.0003 0.06 7 1 0.17 4.61 71 30.40 1 0.69 1 0.24 1 87 0.69 1 0.48 1 0.89 1.16 0.58 0.64 1 711.891 716.10 DI 712.33 36 4.6 290 0.0003 0.09 7 1 0.17 NO INCOMING INLET 1 0.17 0.22 0.11 0.20 712.53 716.10 r M MGM M r M M M = 4r M M M M M M m% M M n W Section #4 — SWM Calculations r 1 U 4 Virginia Runoff Reduction Method ReDevelopment Worksheet - v2.8 - June 201A To be used w/ DRAFT 2013 BMP Standards and Specifications Site Data Project Name: Construct Northside Connector - - Date: March 23, 2016 data input cells calculation cells constant values Post-ReDevelo ment Project & Land Cover Information Total Disturbed Acreage Constants Annual Rainfall (inches) _ Target Rainfall Event (inches) Phosphorus EMC (mg/L) Target Phosphorus Target Lvad (Ib/acre/yr) _ PI _. .. - - _ .00 026 Nitrogen EMC (mg/L) 1.86 0.41 _ Pro-ReDevelopment Land Cover acres A soils ForesVOpen Space (acres) - undisturbed, protected forest/open space or reforested land Managed Turf (acres) - disturbed. graded for yards or other turf to be mowed/managed B Soils C Soils D Soils Totals 0.00 12.73 Impervious Cover acres Total 0.91 13.64 Post-ReDeveb nt Land Cover acres A soils B Solls C sons D Soils Totals Forest/Open Space (acres) - undisturbed, protected forest/open space ar reforested land Managed Turf (acres) - disturbed, graded for yards or other turf to be mowed/managed Impervious Cover (acres) " 11.24 2.40 13.64 _ Total Area Check Oka Check Areas Check Areas Oka Rv Coefficients A soils B Soils I C Soils D Soils _ Forest/Open Space 0.02 0.03 1 0.04 1 0.05 Managed Turf 0.15 0.20 1 0.22 1 0.25 Impervious Cover 0.95 0.95 0.95 0.95 Land Cover Summary Listed Adjusted' Land Cover Surnmary Land Cover Surnmary Pre-ReDevelopment Post-ReDevelopment Post-ReDevelopment New Impervious Forest/Open Space Cover acres 0.00 0.00 Forest/Open Space Cover acres 0.0 Composite Rv forest 0.00 0.00 Composite Rv forest 0.00 Forest 0 % 0% % Forest 0 Managed Turf Cover acres 12.73 11.26 Managed Turf Cover acres 11.24 Composite Rv to 0.22 0.22 - Composite Rv(WO 0.22 % Managed Turf 93% 93% --Managed u 93 Impervious Cover acres 0.91 0,91 ReDev. Impervious Cover acres 0.91 New Impervious Cover (acres) 1.49 Rv im rvious 0.95 0.95 Rv(impervious) 0.95 Rv(impervious) 0.95 % Impervious 7% 7% % Impervious 7% % Impervious 100 % Total She Area acres 13.64 12.17 Total ReDev. Site Area acres 12.15 Total New Dev. Site Area acres 1.49 Site Rv 0,27 0.28 ReDev. Site Rv 0.28 New Dev. Site Rv 095 -- Pre-Developmamt Treatment Volume (acre-ft) 0.3078 0.2810 Post- ReDevelopment Treatment Volume a-ft 0.2806 Post -Development Treatment Volume (acre-ft) 0.1180 Pre -Development Treatment Volume (cubic feet)13,408 12.239 Post- ReDevelopment Treatment Volume cubic feel 12,225 Post -Development Treatment Volume cubic feet) 5.138 Pre -Development Load (TP) (lb/yr) 8.42 7.69 os - ReDevelopment Load (TP) (lb/yr) 7.68 Post -Development Load (TP) (Ib/yr) 3.23 'Adjusted Land Cover Summary reflects the pre redevelopment land cover minus the pervious land cover (forest/open space or managed turf) acreage proposed for new impervious cover. The adjusted total acreage is consistent with the Post Redevelopment acreage (minus the acreage of new impervious cover). The load reduction requitement for the new impervious cover to meet the new development bad limit is computed in Column 1. Maximum % Reduction Required Below Pre-ReDevelopment Load 20 - TP Load Reduction Required for Redeveloped Area (lb/yr) 1.53 - - - - TP Load Reduction Required for New Impervious Area (Ib/yr) 2.62 Total Lead Retluction Required (iblyr) 4.16 re- eve opmenLoad yr Post -Development Load (TN) (Ib/yr) 0 �mmm��mm �mmm��mm MEmm==mw sea® eee® eee® • Foi>eawpm_�aM urea D.00 _ 3.tE Dp TRNI ] 58 U.OD 0.33 ols ' -. peveloPrr. n.a VM.n _- 31931 Apply Runoff Reduction P-di i i to Red -Treatment Volume a Po W)eveto nt Load in Drat Area R VaWm. D.cw vMw. Rwn p.SM are. Up.N.am RR Fro.Mwra ERkl.nc Fn..Mwxa lwa nom Ill.lr..rrr RR ib ..Na Fro.Rnwrr. MIL.. noaFNwrn Rwrov.ap <. ea. RwrRlrYrq FIM.MwM Loaf IL, Downm.am T..Im.ntro O.E 6 aR«d rten por .5%rvrwR vaMnerMVwon O.Y. 0 0 0 om n00 O.m 0.00 r5 aRe.a roa OEO v 0 0 am o 0.w 0.00 2.a smpk D.canrvm are sxR lspec SOx runup voume reeurnm ew osp o 0 o n aav oao a. 2L. 5mde P.cpnrNaron ro G0 Sol.ISOn Y+ .vn eRcanroaee }5%rvnanevamma ceeuc9onM 0}5 0 0 0 OOp 0.00 0.00 0 1<TO Sal amnmev PeM PaPam w.pa % r oso 0 0 0 om om oa0 a Tp Orr w.Y «Fmn<n a.m n Ma.wRRRmn Yf Ye .ne. eRr:PLneae sax mnpn.amma mev.pRn I« os4 v v o.00 oao ze. ra uv vxa «Pr.em Gam.} IMmo- Yvwrra^n p^ r o o aao z+. T. Rw DMeen n IMbo-ewNwmm�.+l eox pr �aame rase o a o ss a.av m oou oro }.p. T. Rmn Garwn Y1 iAlwo&uamo^n .} % Ml vomme reeuvm� r« o o a w oao v.00 o.a4 a.ao 2.I TO Remmner Nar+nu c.6 0.00 0. i` 0 000 2<. i^ 9 vlMner l�Nan &«eemml u. anm e.cammmee % � Oa0 0 0 0 35 0.00 0 Om 000 z... P.^^<.de P.aemea Y, ISPw nl .oea a PMm..d. P.vemea mM awr.am^n azx rvwn.wm<rM<.ma^ o.0 o o.m 4av a.ao n 31 "e^"ee'}j$Qe n ]Sx rvrron voume refucoon o>s v ;;2 000 000 000 �uinNa re by 30%rvrw0 vpmme retlurnon 0}0 000 000 00J Om d a. Grass CnnnN a9 Sala lSpec rJl IW re. MNmrp m pru. 30%rvmnvMrme meurnan O.M 0 0 Om 000 ��^^� o r0%rvndl volume rn)ucpan O t0 0 0 O W 000 0.00 a. L. Gau Cn.nnN GD SOM 1S 01 lW erMnmp to qua nul. vMxne reeucpon Or0 0 0 `. 00 000 000 000 �b a ^a m C vamme reeurnon 0 }0 0 r5 0.00 0.00 0.00 0.00 n pn yer.lue Spec a.l 0.20 0 a OW 400 000 000 pecmou Ma noS vuMme re0ucoan0. 0.00 S.a Dry 9xee Y1 i5pecrt0l 0 0.00 000 Om 00 pemou.a nrp a! O.fi0 0 S1S 553 0.000..0.1t S.e. G]Swle r}rgpec.tal ..v.k SO%rvM0. 1 fOSe ] 000 aSS 0.1] a BaMariLm Yt wURMn emrNen^pn p 0..0 0 0 a00 000 000 lapec.91 v 000 0 W 0.00 a.00 ^H volume reeuai^� 0 000 000 0 m 000 6 L. BarNemon R repec MI SOx rows voume reeuco« 000 000 OW 000 .Ne.ea.Mgm 50%rvnW vdumereeucpm oz0 0 0.00 0. 000 ].a Mlttwmrt iSpec Ml a �aNelwn 0.50 0 0 0 35 OW 0.00 400 0.00 m V nM1Sraxn 9J%rvrM voume meuc0pn OBO 0 0 0 25 1. 000 000 a00 T L. MfRr.Lon Y315pec Nl o dgNwn 0.90 0 0 0 15 O.m 0.00 0.00 bE0 0-dfva.rme reeu<S«i 0.00 0 00 000 0 000 Ba EDYt lSpec.t51 mED 0.00 0 O.p0 0.00 0.00 000 bED t5%rurmllvWme meucew O15 00] 0.00 000 000 S.L. ®Y119Rec Yt51 rO EO tSx rvrraR Ots a o 0 00 W o00 awes Ura.unpro ]sx rvrM volume rteuamN 015 0 10 0.00 0.00 a m 0.00 Snee e. wM aR �saY.. Y2 a r eranmp to con..rvae 15x rvrwI?aNme mau<LonM N 475 o 4ao 4m .xa arNnmp m SOx rvrMvdume meucvon rw vso a o ovo a.av o. 4ov spec .w x ^p la <pn.wme sox ranmR<an eon�aam<ror 0 om Oao om om �e. sneeMavm vwNarm PRw smp�na sox rvrrW vdpmerr.eacva^b a.so 0 0 o.m o.ov o.m o.00 «e«^ppN ame^eee lYGD s«N lsw< aEra n wx nnmRean �an aaame rw as0 0 0 o avo vm ovo T0TK MFFRVM>V]-ER INEATEDc p _ TOTAL TURF ARu rREaTm r t8 CME�It ON. TOTK RNOSFMR OUSREMOVK REOU&FCOM 1 DA W DA • c FI.OSRIIMVS REMOVAL iROM RUNOFF REDUCTION MUCTICES M OA a r: Drainage A ea c _ nw E.E. aa. os.w - Tar TeWa Moo �tb on cAv., av oxo reM Tn.NNM vaa.t. _ Apply Runoff Reduction Practic to Reduce Treatment Volume a Post-0evelo ment Load in Drains a Area C vao.r. Nan G.a+an. up.b..mM G.aV ha S.. a<Euelbn rwralrrq awren VaYn rro.grov ElrkNrc % uP.mxmM rrutl... Yn rlwd. rrntle. M, reo.grerra ay P-rrutlo. Can.) anrrrq rNnp rmm Lw Derma+r.am TnaMr.Mro ME R.an Ys as .sx rvrrar.aam.re.awon ou o a O aW a a a a.rn a rcen r.a evx rvnm vaan. r..aafor v.W o a o n nW o. x.f smr. Da.onn.amn ro Ara SaN ISP<= rRn roNm. ro.a.oan ow a o 0 o.W o.W o a score p.<orm.monrowsa.lsp.= nxrwr.mn. rcaernon 0 o.W 2c To Sol ArrimEeO Fes PW n per n w.a. rvndl rohme reaucaon rw vertu arc. ow o 0 0 oW oW o.W Ia TO D,v aV.r o. cr.rrm pun Y+Ya b sox rvrmn vaNme rcau<mn os0 0 o v zs .. To D,a rcm,n+ Dm n IYMo- HarrwnR b m OW am CrOen.f lrr=+oARrreMcnll) Ir i.Rb 0.0 0 0 0 35 O.W OW 0W O.W 3.a to Ran G.rdm Yx (Nw�olYa.+eneon ul 0..0 0 0 0 50 OW O.W OW QW 2.N TO Rn..rerN Oe.pnap rls.. 0 0 OW OW OW 0 I.r T. 9wnnfw PNmer IVIEM BwrMenlronl S vaNme reoucn.n Op 0 0 OW OW O.W OW a Permeede Pavemenl.t ISpec Itl .ae pavenum• a5% rvno0 v.lume rcouroon 0.5 01 35 0. Permea a vemen . < .�,<. a .are zsx rvrNn vaNme rcaammn ors o a o. W o W o. .n voNm<r<eaaon ozo 00 o of .,,na:n,nnew sce=..I a ,n 20%rar�arvarm<r.aarnan 0.z0 v oW e an.v 1. warm varm. n.a.oan0 10 o v oIt 0. oW 4e u.0 m«ax+wsa.lsw<nl rt m0,ne xrvrron.wmer..aa.n20 o o o s aW oW W 0.W 4 <. Gnn Cnvmr C--AmenEe. SON Nanndenin0lo MvaNmereJ— 020 15 0W 0.W 0W 0W n per.pew fee Spec Ml vrt Vt. Vnu JO%rurM vdumereaunm 020 0 0 0 0.W 0W0.1OW ou ��mnn0lo a0%rvnofl vaNme reounon 0 0 0 OW OW OW 0. S.a D,Y Swren lSpe.Y101 a0x nma+va,mareaaao.n 0 0 OR 0W OW 0 <i0wre o.W n 0.W o.n v.xe o se. pr sfNalspe<n01 elu W%ranall vdume reeurnan 0.W 0 B25 W OW O.B6 03+ a Bwer.noonb orum.n BxxeNMwn ar voNme rMurn.n 0b O.W O.W 0 Spe b) alvWme reourn.n O OW 0W runoltvr ma.e.urnon 0.. 0 OW OW 0.W OW 6e Baruam RrSpe. Y91 m0 vONme reaucoon0.0 W O W O W O W axn p N 50•A rvnoll voNme raouafon Q50 0 0 0.OW e lnra, apw.r spec.el Out,are..r.m to iMNrion 50v. O60 0 O 0 25 OW OW O.W 0. eR Op to W%rvnal voNme reOuce.n 0.90 0 0 0 35 OW O.W OW OW , o. Im.raoon Y315pea.Bl a mlbran 90% 0 0 0 0W O.W OW 0.W NED o%rvnon voNmn rcaa...n o 0 0W oW aW v.W a,. EDYI Ispe<.tsl oM cn Nan Io ED 0W mE0 15%rviwa vaNme reauce.n0110 0 0W OW O.W OW Bo.®Y215pec n5l aVf nrn Oninm IO ED 15%rvrwlt O.tS D 0 OW wneanxgN rtMar v.lYne raerma 01, 0 0 O.W OW O.W oW a Sneeno. ro Con.erva2, Arn x+m NB SON N acr eery 015 0 0 0 w 1 OW OW 57%rvM�aWm�Muco.n 0 1 o OW OW OW 0 o 5nee,Sw rO Canevv.em Mn xtmw ,e.v 0.50 0 0 O.W0.0W Fne, sup �nA n�nnp lO WxrvM v.lumerrcournon o 0. o.W aW oW eammNNvep<rrea r comxx Am.neeeau smiso« YI:Ya t a<r ry nNdNm< ow o v oW OW aW OOPM rorLL arrEavtoua covEn m.—+< o.t MO %roar nap m.M. j..1 tas ONEG+ Oa. IOTLL PNOSIWaODi aBIOVLL REDUEIID aN SrrE +a LL RaNOFs aEDUOTga MDAO < TreEi EeDAa 1+T W Site Results D.A. C D.A. D - D.A. E D.A. A D.A. B AREA CHECK IMPERVIOUS COVER 0.91 0.401 0.17 0.00 0.00 OK IMPERVIOUS COVER TREATED 0.91 0.401 0.00 OK. TURF AREA 2.88 2' 21 1881 0.001 0.00 OK. TURF AREA TREATE9 2.88 2.18 1.88 0.001 0.00 OK. AREACHECKI OK, I OK. OK. K. I OK. Phosphorous 4.15 TOTAL PHOSPHOROUS LOAD REDUCTION REOUIRED LBIYEAR 8581 5.07 RUNOFF REDUCTION c PHOSPHOROUS LOAD REDUCTION ACHIEVED LB/YR ADJUSTED POST -DEVELOPMENT PHOSPHOROUS LOAD (TP) (I REMAINING PHOSPHOROUS LOAD REDUCTION LB/YR NEEDE CONGRATULATIONSII YOU EXCEEDED THE TARGET REDUCTION BY 0.9 LB/YEARI Nitrogen for Information u osas RUNOFF REDUCTION c lm '. NITROGEN LOAD REDUCTION ACHIEVED LB/YR �,:-• - ADJUSTED POST -DEVELOPMENT NITROGEN LOAD P 1 r ,year storm 2-year storm Nl-year storm Target Rainfall Event in Draina a Area A Draina a Area acres Runoff Reduction Volume (cf) Drainage Area B Drama a Area acres Runoff Reduction Volume c 1,91 Drainage Area C Draina a Area acres 2.OS Runoff Reduction Volume c 1,17 _ Draina a Area D Draina a Area acres O.t)D Runoff Reduction Volume cf _ Drains a Area Drains a Area acres 0.00 Runoff Reduction Volume 0 _ drainage area, tM sproadsMet cakutetes -__ Bawd on that use of Runoff Reduction practices in the seNcted an adjusted RV and adjusted Curve Number. rai_. _a_A ._ Aro Forest/Open Space - undisturbed, protected forestlopen space or reforested land _____Asoils A soils B Soils IC Soils D Soils Area (acres 0.00 30 0.00 55 0.00 10 0.00 77 Managed Turf -disturbed, graded for yards or other turf to be mowed/managed Area acres 0.00 39 1.33 61 0.11 74 1.HS 8_ Imperv_ious Cover Area aces 0.00 98 0.40 98 11.14 98 0. 9 _ _ _ _.. Wei hied _ 77 1- ear st.mn -ye'storm 10-year storm 2.99 (in) with no Runoff Reduction 0.74 1.07 2,51 RV (in) with Runoff Reduction 10.501 0.83 2.30 Adjusted CN 1 711 72 74 Drainage Aroa 8 JA soils I B Soils IC Soils I D Soils ForestlOpen Space -undisturbed, protectedtorosUopen s ce or reforested land ac Area res 0.00 30 0.00 55 0.00 70 0.00 77 Managed Turf - disturbed, graded for yards or other turf to be rrlowed/man ed Area aces 0.00 39 0.62 61 0.48 74 1.08 80 Impervious Cover Area (acres 0.00 98 0.07 98 0.15 98 0.18 98 _ - 1- ear storm 2-year storm 10• ear storm Wel hied CN S 771 2.99 _ - -- _ KV n no uooH Reduction o.".y n unoIf Reduction Adjusted CN 72 731 To D Soils 0.00 77 0.06 80 0.00 98 Wei hied CN S Drainage Area C A soils I B Soils C Soils Forest/Open Space -undisturbed, protected foresVopen 5 ace or reforested land Area acres 0.00 30 0.00 55 0.00 70 Managed Turf - disturbed, graded for yards or other turf to be mowed/managed Area acres 0.00 39 1.82 61 0.00 74 Im rVleus Cover Area acres 0.00 98 0.17 98 0.D0 98 --1 /- ear storm 2-year storm 10- earstorm 65 1 5.30 _ RV, , (in) with no Runoff Reduction 0.30 0.51 1.59 RV (in) with Runoff Reduction 0.14 0.35 Adjusted CN 6t " {3 Virginia Runoff Reduction Method Worksheet Virginia Runoff Reduction Method ReDevelopment Worksheet - v2.8 - June 2014 ' • Site Data Summary Total Rainfall = 43 inches Site Land Cover Summary A Soils I B Soils I C Soils I D Soils Total % of Total Site Rv 0.35 Post Development Treatment Volume (ft) 17363 Post Development TP Load (lb/yr) 10.91 Post Development TN Load (Ib/yr) 78.04 Total TP Load Reduction Required (lb/yr) 4.15 Total Runoff Volume Reduction (ft) 6381 Total TP Load Reduction Achieved (lb/yr) 5 Total TN Load Reduction Achieved (lb/yr) 35.50 Adjusted Post Development TP Load (lb/yr) 5.84 Remaining Phosphorous Load Reduction (Lb/yr) Required 0. 1 Drainage Area Summary I li.b41 IuU.UUI D.A. A D.A. B D.A. C D.A. D D.A. E Total Forest (acres) 0.00 0.00 0.001 0.00 0.00 0.00 Turf (acres) 2.86 2.18 1.88 0.00 0.00 6.91 Impervious (acres) 0.91 0.40 0.171 0.00 0.00 1.48 8.40 ' Drainage Area Compliance Summary • Summary Print D.A. A D.A. B D.A. C D.A. D D.A. E Total TP Load Red. (Ib/yr) 2.61 1.52 0.94 0.00 0.00 5.07 TN Load Red. (Ib/yr) 18.09 10.43 6.99 0.001 0.001 35.50 Forest acres 0.00 0.00 0.00 0.00 0.00 0.00 Turf (acres) 0.00 5.20 1.56 4.48 11.24 81.40 Impervious (acres) 0.00 0.89 0.58 Virginia Runoff Reduction Method Worksheet Drainage Area A Summary Land Cover Summary A Soils B Soils C Soils D Soils Total % of Total Forest (acres) 0.00 0.00 0.00 0.00 0.00 0.00 Turf (acres) 0.00 1.33 0.11 1.42 2.86 7S.86 Impervious (acres) 0.00 0.40 0.141 0.37 0.91 24.14 BMP Selections Practice Credit Area (acres) Downstream Practice S.b. Dry Swale rig (Spec #10) Impervious: 0.91 Turf (Pervious): 2.86 Total Impervious Cover Treated (acres) 0.91 Total Turf Area Treated (acres) 2.86 Total TP Load Reduction Achieved in D.A. A (lb/yr) 2.61 Total TN Load Reduction Achieved in D.A. A (lb/yr) 18.09 0 Summary Print Virginia Runoff Reduction Method Worksheet Drainage Area B Summary Land Cover Summary A Soils B Soils C Soils D Soils Total . of Total Forest (acres) 0.00 0.00 0.00 0.00 0.00 0.00 Turf (acres) 0.00 0.62 0.48 1.08 2.18 84.50 Impervious (acres) 0.00 0.07 0.15 0.18 0.40 15.50 BMP Selections Practice Credit Area (acres) Downstream Practice S.b. Dry Swale #2 (Spec #10) Impervious: 0.4 Turf (Pervious): 2.18 Total Impervious Cover Treated (acres) 0.40 Total Turf Area Treated (acres) 2.18 Total TP Load Reduction Achieved in D.A. A (Ib/yr) 1.52 Total TN Load Reduction Achieved in D.A. A (lb/yr) 10.43 Summary Print Virginia Runoff Reduction Method Worksheet Drainage Area C Summary ' • Land Cover Summary BMP Selections • A Soils B Soils C Soils D Soils Total % of Total Forest (acres) 0.00 0.00 0.00 0.00 0.00 0.00 Turf (acres) 0.00 1.82 0.001 0.06 1.881 91.71 Impervious (acres) 0.00 0.17 0.001 0.00 0.171 8.29 Practice Credit Area (acres) Downstream Practice 6.6. Dry Swale ff2 (Spec N10) Impervious: 0.17 Turf (Pervious): 1.88 Total Impervious Cover Treated (acres) 0.17 Total Turf Area Treated (acres) 1.88 Total TP Load Reduction Achieved in D.A. A (lb/yr) 0.94 Total TN Load Reduction Achieved in D.A. A (lb/yr) 6.99 Summary Print I Z.us1 Virginia Runoff Reduction Method Worksheet 10 Channel and Flood Protection � I u I1• Weighted CN 1-year storm Adjusted CN 2-year storm Adjusted CN 10-year storm Adjusted CN Target Rainfall Event (in) 2.50 3.00 4.90 D.A. A CN 77 71 72 74 D.A. B CN 77 72 73 75 D.A. C CN 65 58 60 63 D.A. D CN 0 44 40 #N/A D.A. E CN 01 441 401 HN/A Summary Print DRY VALE DESIGN CONSTRUCT NOROSIDE CONNECTOR 15012 Level 2 Design RR: 60 TP: 40 TN: 35 Dry Swale Sizinq Surface Area = (1.1*Tv) / Depth (DEQ Section 5.1) Treatment Volume (VRRM) = 5480 CF Surface Depth = 1 FT Soil Media Depth = 2 FT (25% Voids) Stone Layer Depth = 1.5 FT (40% Voids) Total Storage Depth = 2.10 FT Surface Area Required = 2870 SF Surface Area Provided = 2876 SF Geometry Bottom Width = 10 FT Length of Dry Swale = 287 FT Side Slopes = 6:1 H:V Longitudinal Slope of Dry Swale = 1.0 % Number of Check Dams = 3 Effective Slope of Dry Swale = 1.0 % Underdrain 6" Underdrain is proposed with cleanouts and 12" stone sump below invert Pretreament DRY SWALE A All check dams are 12" in height at crest. Grass Filter Strip is proposed for the Safety Areas of Taxiway A and the Runway. Maximum cross slope = 5%. Conveyence and Overflow Application is On-line. A Drop Inlet (DI-7) is located immediately downstream of dry swale to convey overflow. 15012 - Dry Swale.xlsx M ENGINQ: GAR DATE.2/15/2016 1/1 DRY VALE DESIGN CONSTRUCT NOROSIDE CONNECTOR 15012 Level 2 Design RR: 60 TP: 40 TN: 35 Dry Swale Sizing Surface Area = (1.1"Tv) / Depth (DEQ Section 5.1) Treatment Volume (VRRM) = 3193 CF Surface Depth = 1 FT Soil Media Depth = 2 FT (25% Voids) Stone Layer Depth = 1.5 FT (40% Voids) Total Storage Depth = 2.10 FT Surface Area Required = 1673 SF Surface Area Provided = 1673 SF Geometry Bottom Width = 10 FT Length of Dry Swale = 167 FT Side Slopes = 6:1 H:V Longitudinal Slope of Dry Swale = 1.0 % Number of Check Dams = 2 Effective Slope of Dry Swale = 1.0 % Underdrain 6" Underdrain is proposed with cleanouts and 12" stone sump below invert DRY SWALE B All check dams are 12" in height at crest. Pretreament Grass Filter Strip is proposed for the Safety Areas of Taxiway A and the Runway. Maximum cross slope = 5%. Conveyence and Overflow Application is On-line. A Drop Inlet (DI-7) is located immediately downstream of dry swale to convey overflow. 15012 - Dry Swale.xlsx ENGINQ: GAR DATE:2/15/2016 1/1 M DRY *ALE DESIGN CONSTRUCT NOROSIDE CONNECTOR 15012 Level 2 Design RR: 60 TP: 40 TN: 35 Dry Swale Sizinq Surface Area = (1.1*Tv) / Depth (DEQ Section 5.1) Treatment Volume (VRRM) = 1962 CF Surface Depth = 1 FT Soil Media Depth = 2 FT (25% Voids) Stone Layer Depth = 1.5 FT (40% Voids) Total Storage Depth = 2.10 FT Surface Area Required = 1028 SF Surface Area Provided = 1028 SF Geometry Bottom Width = 4 FT Length of Dry Swale = 257 FT Side Slopes = 6:1 KV Longitudinal Slope of Dry Swale = 1.0 % Number of Check Dams = 3 Effective Slope of Dry Swale = 1.0 % Underdrain 6" Underdrain is proposed with cleanouts and 12" stone sump below invert DRY SWALE C All check dams are 12" in height at crest. Pretreament Grass Filter Strip is proposed for the Safety Area of Taxiway A. Maximum cross slope = 5%. Conveyence and Overflow Application is On-line. A Drop Inlet (DI-7) is located immediately downstream of dry swale to convey overflow. 15012 - Dry Swale.xlsx ENGIN* GAR DATE:2/15/2016 1/1 EXISTING STORMWATER ROUTING I' 4 I E103 E104 1 B E105 ` E167 ' 1A E168 E169 EXISTING SW'IVI BASIN RY OUTLET EMERG_ SPILLWAY 3 5E106 E107 ' OUTFALL 1 OUTFALL 2 4 5 T E110 E111 E112 E113 OUTFALL 3 DEVELOPED STORMWATER ROUTING W ' E106 ' 2A 0,_ E104 ' D4 • 1A EXISTING SV00 BASIN EMERG. SPILLWAY E107 E167 E168 E169 OUTFALL 1 1D 1B i[ D1 D2 r � � -- 0 1 C 5 D3 PRIMARY SPILLWAY E106 E110 E111 E112 3 E113 © 1 OUTFALL 2 OUTFALL 3 1 Year -Existing Construct Northside Connector ' Project Description File Name ......................................................... 15012-Pre.SPF �roject Options Flow Units ........................................................ CFS Elevation Type ................................................. Elevation Hydrology Method ............................................ Time of Concentration (TOC) Method ............. SCS TR-55 SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods ........ NO iAnalysis Options Start Analysis On ............................................. Nov 17, 2015 00:00:00 End Analysis On ............................................... Start Reporting On ........................................... Nov 21, 2015 Nov 17, 2015 01:00:00 00:00:00 Antecedent Dry Days ....................................... 0 days Runoff (Dry Weather) Time Step ..................... 0 01:00:00 days hh:mm:ss Runoff (Wet Weather) Time Step .................... 0 00:05:00 days hh:mm:ss Reporting Time Step ........................................ Routing Time Step ...................... :.................... 0 00:05:00 30 days hh:mm:ss seconds .Number of Elements aty RainGages ...................................................... Subbasins......................................................... 1 7 Nodes................................................................ 16 Junctions .................. :.............................. 12 Outfalls.................................................... 3 ' Flow Diversions ....................................... Inlets........................................................ 0 0 Storage Nodes ......................................... 1 Links.................................................................. 14 Channels................................................. 2 ' Pipes ........................................................ Pumps..................................................... 10 0 Orifices.................................................... 0 Weirs....................................................... Outlets ..................................................... 2 0 Pollutants......................................................... • 0 LandUses ........................................................ 0 Rainfall Details SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ' ID Source ID Type Units Period Depth Distribution (years) (inches) 1 Rain Gage-01 Time Series TS-01 Cumulative inches Virginia Frederick 1 2.50 SCS Type II 24-hr 1 19 Engineer: GAR March, 2016 Page 1 of 28 I Year - Existing Construct Northside Connector Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume • (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 4.94 68.41 2.50 0.40 0.17 1.27 0 00:29:10 2 113 9.69 71.44 2.50 0.51 0.41 2.50 0 00:47:52 3 2A 7.18 82.41 2.50 1.02 0.61 5.53 0 00:36:48 4 2B 6.79 79.14 2.50 0.84 0.48 4.42 0 00:33:51 ' 5 3 4.64 72.02 2.50 0.53 0.20 1.75 0 00:30:24 6 4 25.16 75.34 2.50 0.67 1.39 11.33 0 00:37:18 7 5 3.38 81.78 2.50 0.99 0.28 2.56 0 00:35:29 � I n � I � I 11 r 19 n i Engineer: GAR March, 2016 L Page 2 of 28 I Year - Existing INode Summary Construct Northside Connector Engineer: GAR March, 2016 SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume lie Attained Occurrence (ft) (ft) (ft) (ft) (it) (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 E103 Junction 714.99 0.00 0.00 0.00 0.00 4.41 715.47 0.00 1.52 0 00:00 0.00 0.00 2 E104 Junction 711.27 715.63 0.00 0.00 0.00 9.92 712.31 0.00 3.32 0 00:00 0.00 0.00 3 E105 Junction 706.87 720.00 0.00 0.00 0.00 9.87 707.85 0.00 12.15 0 00:00 0.00 0.00 ' 4 E106 Junction 684.31 696.61 0.00 0.00 0.00 0.80 684.60 0.00 12.01 0 00:00 0.00 0.00 5 E107 Junction 684.24 699.55 0.00 0.00 0.00 0.80 684.51 0.00 15.04 0 00:00 0.00 0.00 6 E110 Junction 715.29 0.00 0.00 0.00 0.00 2.56 715.81 0.00 0.98 0 00:00 0.00 0.00 7 E111 Junction 713.69 718.76 0.00 0.00 0.00 2.55 714.89 0.00 3.87 0 00:00 0.00 0.00 8 E112 Junction 707.58 718.62 0.00 0.00 0.00 2.55 708.42 0.00 10.20 0 00:00 0.00 0.00 ' 9 Ell Junction 704.89 0.00 0.00 0.00 0.00 2.54 705.35 0.00 1.54 0 00:00 0.00 0.00 10 E167 Junction 703.41 715.60 0.00 0.00 0.00 11.98 705.84 0.00 9.76 0 00:00 0.00 0.00 11 E168 Junction 700.42 720.00 0.00 0.00 0.00 11.98 702.22 0.00 17.78 0 00:00 0.00 0.00 12 E169 Junction 699.00 0.00 0.00 0.00 0.00 11.98 699.78 0.00 3.22 0 00:00 0.00 0.00 13 Outfall 1 'Outfall 682.43 0.80 682.62 14 Outfall 2 Outfall 709.00 1.75 709.00 15 Outfall 3 Outfall 690.00 13.51 690.12 16 Basin 1 Storage Node 689.00 699.50 0.00 0.00 13.16 694.90 0.00 0.00 G U, 16 ' Page 3 of 28 1 Year ng Construct a Connector eer:GAR ch, 2016 Link Summary l SN Element Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Peak Flow Total Time Reported ID Type (Inlet) Node Invert . Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Condition Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 4.40 35.60 0.12 7.72 0.47 0.24 0.00 Calculated 2 E104-E105 Pipe E104 E105 548.00 711.43 706.97 0.8100 30.000 0.0130 9.87 37.00 0.27 6.39 0.88 0.35 0.00 Calculated 3 E105-E167 Pipe E105 E167 184.00 706.87 705.01 1.0100 30.000 0.0130 9.87 41.24 0.24 6.90 0.83 0.33 0.00 Calculated 4 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 0.80 31.33 0.03 2.61 0.28 0.11 0.00 Calculated 5 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 0.80 139.61 0.01 3.90 0.19 0.05 0.00 Calculated 6 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 2.55 10.07 0.25 4.76 0.51 0.34 0.00 Calculated 7 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400 18.000 0.0130 2.55 15.38 0.17 6.45 0.41 0.28 0.00 Calculated 8 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 2.54 12.60 0.20 5.59 0.45 0.30 0.00 Calculated 9 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 11.98 147.45 0.08 7.07 0.77 0.19 0.00 Calculated 10 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 11.98 143.64 0.08 6.93 0.78 0.20 0.00 Calculated 11 E113-OUT3 Channel E113 Outfall3 560.00 704.89 690.00 2.6600 24.000 0.0700 2.44 238.00 0.01 0.87 0.12 0.06 0.00 12 E169-BASIN1 Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 11.97 235.60 0.05 4.66 0.65 0.33 0.00 13 Emergency Spillway Weir Basin 1 E107 689.00 684.24 0.00 14 Primary Spillway Weir Basin 1 E106 689.00 684.31 0.80 Page 4 of 28 I Year - Existing Construct Northside Connector Engineer: GAR March, 2016 Subbasin Hydrology Subbasin : 1A Input Data Area(ac)........................................................................ 4.94 Weighted Curve Number ............................................... 68.41 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.02 C 98.00 Paved parking & roofs 0.01 D 98.00 > 75% grass cover, Good 3.00 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75% grass cover, Good 1.78 D 80.00 Composite Area & Weighted CN 4.94 68.41 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation : Tc = (0.007 * ((n * Lf)A0.8)) / ((PA0.5) * (SfA0.4)) Where: Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) P = 2 yr, 24 hr Rainfall (inches) Sf = Slope (ft/ft) Shallow Concentrated Flow Equation V = 16.1345 * (SfA0.5) (unpaved surface) V = 20.3282 * (SfA0.5) (paved surface) V = 15.0 * (SfA0.5) (grassed waterway surface) V = 10.0 * (SfA0.5) (nearly bare & untilled surface) V = 9.0 * (SfA0.5) (cultivated straight rows surface) V = 7.0 * (SfA0.5) (short grass pasture surface) V = 5.0 * (SfA0.5) (woodland surface) V = 2.5 * (SfA0.5) (forest w/heavy litter surface) Tc = (Lf / V) / (3600 sec/hr) Where: Tc = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) Channel Flow Equation V = (1.49 * (RA(2/3)) * (SfA0.5)) / n R =Aq/Wp Tc = (Lf / V) / (3600 sec/hr) W here : Tc = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (ft') Wp = Wetted Perimeter (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) n = Manning's roughness Page 5 of 28 1 Year - Existing Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness: Flow Length (ft) Channel Slope (%) Cross Section Area (W) Wetted Perimeter (ft) Velocity (f/sec) : Computed Flow Time (min) Total TOC (min) ..................29.17 Construct Northside Connector Engineer: GAR March, 2016 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.7 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 27.21 0.00 0.00 Subarea Subarea Subarea A B C 335 0.00 0.00 7.5 0.00 0.00 Unpaved Unpaved Unpaved 4.42 0.00 0.00 1.26 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 4.2 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 6.28 0.00 0.00 0.70 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.40 Peak Runoff (cfs)........................................................... 1.27 Weighted Curve Number ............................................... 68.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:10 Page 6 of 28 1 Year - Existing Construct Northside Connector Subbasin : 1B Input Data lieArea(ac)..:..................................................................... 9.69 Weighted Curve Number ............................................... 71.44 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number ' Area Soil Curve Soil/Surface Description (acres) Group Number > 75 % grass cover, Good 4.85 B 61.00 > 75 % grass cover, Good 0.78 C 74.00 > 75% grass cover, Good 3.29 D 80.00 ' Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.29 C 98.00 Paved parking & roofs 0.38 D 98.00 Composite Area & Weighted CN 9.69 71.44 i' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C I' Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 0.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.05 0.00 0.00 Computed Flow Time (min) : 46.68 0.00 0.00 ' Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 200 0.00 0.00 Slope (%) : 3 0.00 0.00 ' Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.79 0.00 0.00 Computed Flow Time (min) : 1.19 0.00 0.00 Total TOC (min) ..................47.88 ' Subbasin Runoff Results iTotal Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.51 ' Peak Runoff (cfs)........................................................... 2.50 Weighted Curve Number ............................................... 71.44 Time of Concentration (days hh:mm:ss) ........................ 0 00:47:53 lie Engineer: GAR March, 2016 Page 8 of 28 1 Year - Existing Construct Northside Connector ' Subbasin : 2A Input Data Areahte...................ber............................................... 7.18 ' • Weighted Curve Number ............................................... 82.41 82.4 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75 % grass cover, Good 0.11 B 61.00 > 75% grass cover, Good 2.53 C 74.00 ' > 75 % grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.4 150 0.00 0.00 0.00 0.00 ' Slope (%) : 1.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.07 0.00 0.00 Computed Flow Time (min) : 34.42 0.00 0.00 ' Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 440 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 ' Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 2.39 0.00 0.00 Total TOC (min) ..................36.81 • Subbasin Runoff Results ' Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 1.02 Peak Runoff (cfs)........................................................... 5,53 Weighted Curve Number ............................................... 82.41 ' Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 lie Engineer: GAR March, 2016 Page 10 of 28 � 1 Year - Existing Construct Northside Connector Engineer: GAR i March, 2016 ' Subbasin : 2B Input Data Areahte...................ber............................................... 6.79 Weighted Curve Number ................ :.............................. 79.14 79.1 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs 0.35 D 98.00 > 75% grass cover, Good 0.03 B 61.00 ' > 75% grass cover, Good 3.01 C 74.00 > 75% grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.4 150 0.00 0.00 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 ' Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 250 0.00 0.00 Slope (%) : 3.2 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved ' Velocity (ft/sec) : 2.89 0.00 0.00 Computed Flow Time (min) : 1.44 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C ' Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 320 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (it) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 1.74 0100 0.00 Total TOC (min) ..................33.86 ' Subbasin Runoff Results Total Rainfall (in)............................................................ Total Runoff (in)............................................................. 2.50 0.84 ' Peak Runoff (cfs)........................................................... 4.42 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 10 Page 12 of 28 1 I Year - Existing Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 4.64 Weighted Curve Number ............................................... 72.02 RainGage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.07 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75% grass cover, Good 1.81 B 61.00 > 75% grass cover, Good 0.83 C 74.00 > 75% grass cover, Good 1.87 D 80.00 Composite Area & Weighted CN 4.64 72.02 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2.3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 29.01 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 305 0.00 0.00 Slope (%) : 5.1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 3.64 0.00 0.00 Computed Flow Time (min) : 1.40 0.00 0.00 Total TOC (min) ..................30.40 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.53 Peak Runoff (cfs)........................................................... 1.75 Weighted Curve Number ............................................... 72.02 Time of Concentration (days hh:mm:ss) ........................ 0 00:30:24 Engineer: GAR March, 2016 Page 14 of 28 I Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Subbasin : 4 Input Data Area.................................................................. 25. 16 Weighted Curve Numberber............................................... 75.3434 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.07 B 98.00 Paved parking & roofs 0.83 C 98.00 Paved parking & roofs > 75 % grass cover, Good 0.83 0.38 D 98.00 B 61.00 > 75% grass cover, Good 8.91 C 74.00 > 75% grass cover, Good 9.09 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good Woods, Good 0.56 1.37 C 70.00 D 77.00 ' Composite Area & Weighted CN 25.16 75.34 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.6 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 4.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.15 0.00 0.00 Shallow Concentrated Flow Computations Subarea A Subarea Subarea B C ' Flow Length (ft) : 620 0.00 0.00 Slope (%) : 1.8 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved ' Velocity (ft/sec) : Computed Flow Time (min) : 2.16 4.78 0.00 0.00 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 550 0.00 0.00 Channel Slope (%) : 1.6 0.00 0.00 Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.88 0.00 0.00 ' Computed Flow Time (min) : 2.36 0.00 0.00 Total TOC (min) ..................37.30 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.67 Peak Runoff (cfs)........................................................... 11.33 Weighted Curve Number ............................................... 75.34 Time of Concentration (days hh:mm:ss) ........................ 0 00:37:18 10 I Page 16 of 28 I Year - Existing Construct Northside Connector Subbasin : 5 Input Data Areahte............ :......ber............................................... 3.38 ' Weighted Curve Number ............................................... 81.7 81.78 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75%. grass cover, Good 1.31 C 74.00 > 75 % grass cover, Good 1.30 D 80.00 ' Composite Area & Weighted CN 3.38 81.78 Time of Concentration Subarea Subarea Subarea ' Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 32.74 0.00 0.00 Shallow Concentrated Flow Computations Subarea A Subarea B Subarea C ' Flow Length (ft) : 40 0.00 0.00 Slope (%) : 1.7 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : Computed Flow Time (min) : 2.10 0.32 0.00 0.00 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.03 425 0.00 0.00 0.00 0.00 ' Channel Slope (%) ; 0.9 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 2.91 0.00 0.00 Computed Flow Time (min) : 2.44 0.00 0.00 ' Total TOC (min) ..................35.49 ' Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.99 Peak Runoff (cfs)........................................................... Weighted Curve Number ............................................... 2.56 81.78 ' Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 1 u Engineer: GAR March, 2016 L Page 18 of 28 1 Year - Existing Construct Northside Connector Engineer. GAR March, 2016 ' Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation -Depth Area Pipe Elevation Offset Elevation Depth Cover lie (ft) (ft) (ft) (ft) (k) (ft) (ft) (ft') (in) 1 E103 714.99 0.00 -714.99 0.00-714.99 0.00 0.00 0.00 0.00 2 E104 711.27 715.63 4.36 0.00-711.27 0.00 -715.63 0.00 0.00 3 E105 706.87 720.00 13.13 0.00-706.87 0.00 -720.00 0.00 0.00 4 E106 684.31 696.61 12.30 0.00-684.31 0.00 -696.61 0.00 0.00 ' 5 El07 684.24 699.55 15.31 0.00-684.24 0.00 -699.55 0.00 0.00 6 E110 715.29 0.00 -715.29 0.00-715.29 0.00 0.00 0.00 0.00 7 E111 713.69 718.76 5.07 0.00-713.69 0.00 -718.76 0.00 0.00 8 El12 707.58 718.62 11.04 0.00-707.58 0.00 -718.62 0.00 0.00 9 E113 704.89 0.00 -704.89 0.00-704.89 0.00 0.00 0.00 0.00 ' 10 E167 703.41 715.60 12.19 0.00-703.41 0.00 -715.60 0.00 0.00 11 E168 700.42 720.00 19.58 0.00-700.42 0.00 -720.00 0.00 0.00 12 E169 699.00 0.00 -699.00 0.00-699.00 0.00 0.00 0.00 0.00 � I � I 1: 11 F U II 10 Page 20 of 28 I Year - Existing Construct Northside Connector Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume Attained Occurrence (cfs) lots) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 E103 4.41 4.41 715.47 0.48 0.00 1.52 715.01 0.02 0 12:20 0 00:00 0.00 0.00 2 E104 9.92 5.53 712.31 1.04 0.00 3.32 711.79 0.52 0 12:20 0 00:00 0.00 0.00 3 E105 9.87 0.00 707.85 0.98 0.00 12.15 707.00 0.13 0 12:21 0 00:00 0.00 0.00 ' 4 E106 0.80 0.00 684.60 0.29 0.00 12.01 684.33 0.02 0 17:54 0 00:00 0.00 0.00 5 E107 0.80 0.00 684.51 0.27 0.00 15.04 684.26 0.02 0 17:54 0 00:00 0.00 0.00 6 E110 2.56 2.56 715.81 0.52 0.00 0.98 715.31 0.02 0 12:20 0 00:00 0.00 0.00 7 E111 2.55 0.00 714.89 1.20 0.00 3.87 714.40 0.71 0 12:20 0 00:00 0.00 0.00 8 E112 2.55 0.00 708.42 0.84 0.00 10.20 708.03 0,45 0 12:21 0 00:00 0.00 0.00 ' 9 E113 2.54 0.00 705.35 0.46 0.00 1.54 704.91 0.02 0 12:21 0 00:00 0.00 0.00 10 E167 11.98 2.49 705.84 2.43 0.00 9.76 705.04 1.63 0 12:21 0 00:00 0.00 0.00 11 E168 11.98 0.00 702.22 1.80 0.00 17.78 701.48 1.06 0 12:22 0 00:00 0.00 0.00 12 E169 11.98 0.00 699.78 0.78 0.00 3.22 699.04 0.04 0 12:22 0 00:00 0.00 0.00 n U n 10 Engineer: GAR March, 2016 I Page 21 of 28 1 Year -Existing Construct Northside Connector Engineer: GAR March, 2016 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Lasses Losses Losses Flow Gate Elevation Offset Elevation Offset Ilei (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No � I � I 11 11 u ri 11 10 r ' Page 22 of 28 1 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth I l Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E113-OUT3 2.44 0 12:29 238.00 0.01 0.87 10.73 0.12 0.06 0.00 2 E169-BASIN1 11.97 0 12:23 235.60 0.05 4.66 0.89 0.65 0.33 0.00 . 10 Page 23 of 28 1 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameteror Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height ' (ft) (ft) (ft) (ft) (ft) (ft) ( % ) (in) (in) (cfs) 1 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 E104-E105 548.00 711.43 0.16 706.97 0.10 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 E105-E167 184.00 706.87 0.00 705.01 1.60 1.86 1.0100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 4 E106-E107 12.00 684.31 0.00 684.24 0.00 0.07 0.5800 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 5 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E111-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E167-E168 186.00 703.41 0.00 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 10 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 n � I L 10 u Page 24 of 28 1 Year -Existing Construct Northside Connector Engineer: GAR March, 2016 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E103-E104 4.40 0 12:20 35.60 0.12 7.72 0.28 0.47 0.24 0.00 Calculated 2 E104-E105 9.87 0 12:21 37.00 0.27 6.39 1.43 0.88 0.35 0.00 Calculated 3 E105-E167 9.87 0 12:21 41.24 0.24 6.90 0.44 0.83 0.33 0.00 Calculated 4 E106-E107 0.80 0 17:54 31.33 0.03 2.61 0.08 0.28 0.11 0.00 Calculated 5 E107-Outfall 1 0.80 0 17:54 139.61 0.01 3.90 0.40 0.19 0.05 0.00 Calculated 6 E110-E111 2.55 0 12:20 10.07 0.25 4.76 0.35 0.51 0.34 0.00 Calculated 7 E111-E112 2.55 0 12:21 15.38 0.17 6.45 0.68 0.41 0.28 0.00 Calculated 8 E112-E113 2.54 0 12:21 12.60 0.20 5.59 0.56 0.45 0.30 0.00 Calculated 9 E167-E168 11.98 0 12:22 147.45 0.08 7.07 0.44 0.77 0.19 0.00 Calculated 10 E168-E169 11.98 0 12:22 143.64 0.08 6.93 0.34 0.78 0.20 0.00 Calculated 10 Page 25 of 28 1 Year -Existing Construct Northside Connector 1 Storage Nodes Storage Node: Basin 1 1 Input Data Invert Elevation (ft)................................................................... 689.00 Max (Rim) Elevation (ft)........................................................... 699.50 ' Max (Rim) Offset (ft)................................................................ 10.50 Initial Water Elevation (ft)......................................................... 0.00 Initial Water Depth (ft).............................................................. -689.00 Ponded Area (W)..................................................................... 0.00 1 Evaporation Loss..................................................................... 0.00 Storage Area Volume Curves Storage Curve : Basin 1 ' Stage Storage Storage Area Volume (ft) (ft') (it) 0 2264 0.000 1 5383 3823.50 1 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 6 16405 57226.50 1 7 19116 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 1 10.5 32800 162415.50 1 • i 1 1 . 1 1 i 1 i 1 Engineer: GAR March, 2016 Page 26 of 28 1 Year - Existing Construct Northside Connector 4. 3. 2. Gp 0. 10 Storage Area Volume Curves Storage Volume (ft) 0 20,600 40,000 60.000 80,000 100,000 120.000 140.000 160.000 i------------------------ ----- — - --- --------- - — 10. ' . --s 7 10 i------------------ ----------------- -- -- ----------- -- 9.5 ------------------------------------ .----------------------- - 8.5 ------------------------------- -- 8 i----------- ------------ l.s 1 - ------------ --------- ---- 7 i------- ---------------- 6.5 i----------------------- ----------------------- 6 i-------- --------- - --- ---- --------- ------------------------- - 5.5 i---------- ---------- -------- - ----------------------------- ------: ---------------- 5 i --------- 4 5 1 ----- ------ ----- ------ ------ �------------------------- ------- 4 i-- -I ----------- '----------- ------ ----- 3.5 i z -----------------i----------- t i 0.5 1 0 5,000 10.000 15.000 20.000 25.000 30.000 Storage Aiea (tt) — Storage Area — Storage Volume w d o� H Engineer: GAR March, 2016 Page 27 of 28 1 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 Storage Node : Basin 1 (continued) Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 694.82 5.82 10.00 1.00 3.33 Output Summary Results Peak Inflow (cfs)...................................................................... 13.16 Peak Lateral Inflow (cfs).......................................................... 1.26 Peak Outflow (cfs)................................................................... 0.80 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 694.90 Max HGL Depth Attained (ft)..................................................w 5.9 Average HGL Elevation Attained (ft).....:.................................. 694.04 Average HGL Depth Attained (ft)............................................. 5.04 Time of Max HGL Occurrence (days hh:mm) .......................... 0 17:54 Total Exfiltration Volume (1000-ft3).......................................... 0.000 Total Flooded Volume (ac-in).................................................. 0 Total Time Flooded (min) ........................................................ 0 Total Retention Time (sec) ...................................................... 0.00 Page 28 of 28 1 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Project Description File Name ......................................................... 15012-Post 1.SPF ' orroject Options FlowUnits ........................................................ CFS Elevation Type ................................................. Elevation Hydrology Method ............................................ SCS TR-55 Time of Concentration (TOC) Method ............. SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods ........ NO Analysis Options Start Analysis On ............................................. Nov 17, 2015 00:00:00 End Analysis On ............................................... Nov 21, 2015 00:00:00 Start Reporting On ........................................... Nov 17, 2015 00:00:00 ' Antecedent Dry Days ....................................... 0 days Runoff (Dry Weather) Time Step ..................... 0 01:00:00 days hh:mm:ss Runoff (Wet Weather) Time Step .................... 0 00:05:00 days hh:mm:ss Reporting Time Step ........................................ 0 00:05:00 days hh:mm:ss Routing Time Step ........................................... 30 seconds Number of Elements Qty RainGages ...................................................... 1 Subbasins......................................................... 11 Nodes................................................................ 19 Junctions ...............:................................. 15 Outfalls.................................................... 3 ' Flow Diversions ....................................... Inlets........................................................ 0 0 Storage Nodes ......................................... 1 Links..............................................................'.... 17 Channels................................................. 2 Pipes ........................................................ 13 Pumps..................................................... 0 ' Orifices..................'.................................. 0 Weirs....................................................... 2 Outlets ..................................................... 0 Pollutants......................................................... • 0 LandUses ........................................................ 0 Rainfall Details SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ID Source ID Type Units Period Depth Distribution (years) (inches) 1 Rain Gage-01 Time Series TS-01 Cumulative inches Virginia Frederick 1 2.50 SCS Type II 24-hr I 19 u Page 1 of 36 1 Year - Developed Construct Northside Connector ' Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume ' (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 5.69 68.95 2.50 0.42 0.20 1.58 0 00:28:46 2 1 B 3.77 71.00 2.50 0.49 0.15 1.34 0 00:28:21 3 IC 2.58 72.00 2.50 0.53 0.11 0.93 0 00:32:39 4 ID 2.05 58.00 2.50 0.13 0.02 0.06 0 00:29:24 5 1 E 1.38 75.80 2.50 0.69 0.08 1.24 0 00:10:27 6 IF 2.29 80.54 2.50 0.92 0.17 2.77 0 00:11:50 7 2A 7.18 82.41 2.50 1.02 0.61 5.53 0 00:36:48 8 2B 6.79 79.14 2.50 i 0.84 0.48 4.42 0.00:33:51 9 3 1.90 69.81 2.50 0.45 0.07 0.57 0 00:29:37 I' 10 4 24.59 75.18 2.50 0.66 1.35 10.89 0 00:37:18 11 5 3.38 81.78 2.50 0.99 0.28 2.56 0 00:35:29 e , Engineer: GAR March, 2016 Page 2 of 36 1 Year - Developed Construct Northside Connector Engineer: GAR ' March, 2016 Node Summary I* 7 10 I SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 D1 Junction 711.38 716.10 0.00 0.00 0.00 2.73 711.87 0.00 4.23 0 00:00 0.00 0.00 2 D2 Junction 709.83 716.10 0.00 0.00 0.00 3.87 710.41 0.00 5.69 0 00:00 0.00 0.00 3 D3 Junction 708.75 719.50 0.00 0.00 0.00 5.19 709.43 0.00 10.07 0 00:00 0.00 0.00 4 D4 Junction 706.53 720.00 0.00 0.00 0.00 13.50 707.85 0.00 12.15 0 00:00 0.00 0.00 5 E103 Junction 714.99 0.00 0.00 0.00 0.00 4.41 715.47 0.00 1.52 0 00:00 0.00 0.00 6 E104 Junction 711.27 715.63 0.00 0.00 0.00 9.92 712.31 0.00 3.32 0 00:00 0.00 0.00 7 E106 Junction 684.31 696.61 0.00 0.00 0.00 0.54 684.54 0.00 12.07 0 00:00 0.00 0.00 8 E107 Junction 684.24 699.55 0.00 0.00 0.00 0.54 684.47 0.00 15.08 0 00:00 0.00 0.00 9 E110 Junction 715.29 0.00 0.00 0.00 0.00 2.56 715.81 0.00 0.98 0 00:00 0.00 0.00 10 E111 Junction 713.69 718.76 0.00 0.00 0.00 2.55 714.89 0.00 3.87 0 00:00 0.00 0.00 11 E112 Junction 707.58 718.62 0.00 0.00 0.00 2.55 708.42 0.00 10.20 0 00:00 0.00 0.00 12 E113 Junction 704.89 0.00 0.00 0.00 0.00 2.54 705.35 0.00 1.54 0 00:00 0.00 0.00 13 E167 Junction 703.40 719.49 0.00 0.00 `0.00 13.50 704.23 0.00 15.26 0 00:00 0.00 0.00 14 E168 Junction 700.42 720.00 0.00 0.00 0.00 13.49 702.27 0.00 17.73 0 00:00 0.00 0.00 15 E169 Junction 699.00 0.00 0.00 0.06 0.00 13.49 699.83 0.00 3.17 0 00:00 0.00 0.00 16 Outfall 1 Outfall 682.43 0.54 682.59 17 Outfall2 Outfall 709.00 0.57 709,00 18 Outfall3 Outfall 690.00 13.11 690.12 19 Basin 1 Storage Node 689.00 699.50 0.00 0.00 15.01 695.92 0.00 0.00 1 Page 3 of 36 M= M -M ==� m m M M 1 Year loped Construct a Connector GAR eer: ch, 2016 Link Summary SN Element Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Peak Flow Total Time Reported ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Condition . Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 D1-D2 Pipe D1 D2 290.00 711.38 709.93 0.5000 36.000 0.0130 2,68 47.16 0.06 3.63 0.48 0.16 0.00 Calculated 2 D2-D3 Pipe D2 D3 195.00 709.83 708.85 0.5000 36.000 0.0130 3.86 47.28 0.08 4.04 0.57 0.19 0.00 Calculated 3 D3-D4 Pipe D3 D4 175.00 708.75 707.00 1.0000 36.000 0.0130 5.19 66.70 0.08 5.63 0.56 0.19 0.00 Calculated 4 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 4.40 35.60 0.12 7.72 0.47 0.24 0.00 Calculated 5 E104-E105 Pipe E104 D4 548.00 711.43 706.97 0.8100 30.000 0.0130 9.87 37.00 0.27 6.39 0.88 0.35 0.00 Calculated 6 E105-E167 Pipe D4 E167 184.00 706.53 703.40 1.7000 42.000 0.0130 13.50 131.22 0.10 8.79 0.76 0.22 0.00 Calculated 7 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 0.54 31.33 0.02 2.40 0.23 0.09 0.00 Calculated 8 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 0.54 139.61 0.00 3.44 0.16 0.05 0.00 Calculated 9 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 2.55 10.07 0.25 4.76 0.51 0.34 0.00 Calculated 10 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400 18.000 0.0130 2.55 15.38 0.17 6.45 0.41 0.28 0.00 Calculated 11 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 2.54 12.60 0.20 5.59 0.45 0.30 0.00 Calculated 12 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 13.49 147.45 0.09 7.32 0.82 0.20 0.00 Calculated 13 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 13.49 143.64 0.09 7.18 0.83 0.21 0.00 Calculated 14 E113-OUT3 Channel E113 Outfall 3 560.00 704.89 690.00 2.6600 24.000 0.0700 2.44 238.00 0.01 0.87 0.12 0.06 0.00 15 E169-BASINI Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 13.48 235.60 0.06 4.82 0.68 0.34 0.00 16 Emergency Spillway Weir Basin 1 E107 689.00 684.24 0.00 17 Primary Spillway Weir Basin 1 E106 689.00 684.31 0.54 Page 4 of 36 I Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Subbasin Hydrology � I* � I � I Subbasin : 1A Input Data Area(ac)........................................................................ 5.69 Weighted Curve Number ............................................... 68.95 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 C 98.00 Paved parking & roofs 0.09 D 98.00 > 75% grass cover, Good 3.44 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75% grass cover, Good 1.94 D 80.00 Paved parking & roofs 0.06 B 98.00 Composite Area & Weighted CN 5.69 68.95 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation : To = (0.007 * ((n * Lf)A0.8)) / ((PAO.5) * (SfA0.4)) Where: Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) P = 2 yr, 24 hr Rainfall (inches) Sf = Slope (ft/ft) Shallow Concentrated Flow Equation V = 16.1345 * (SfA0.5) (unpaved surface) V = 20.3282 * (SfA0.5) (paved surface) V = 15.0 * (SfA0.5) (grassed waterway surface) V = 10.0 * (SfA0.5) (nearly bare & untilled surface) V = 9.0 * (SfA0.5) (cultivated straight rows surface) V = 7.0 * (SfA0.5) (short grass pasture surface) V = 5.0 * (SfA0.5) (woodland surface) V = 2.5 * (SfA0.5) (forest w/heavy litter surface) Tc = (Lf / V) / (3600 sec/hr) Where To = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) Channel Flow Equation V = (1.49 * (RA(2/3)) * (SfA0.5)) / n R =Aq/Wp To = (Lf / V) / (3600 sec/hr) Where: To = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (W) Wp = Wetted Perimeter (ft) 'V = Velocity (ft/sec) Sf = Slope (ft/ft) n = Manning's roughness Page 5 of 36 I Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Sheet Flow Computations Manning's Roughness: Flow Length (ft) : Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness: Flow Length (ft) Channel Slope (%) Cross Section Area (W) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................28.78 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.7 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 27.21 0.00 0.00 Subarea Subarea Subarea A B C 265 0.00 0.00 9.8 0.00 0.00 Unpaved Unpaved Unpaved 5.05 0.00 0.00 0.87 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 4.2 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 6.28 0.00 0.00 0.70 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in) .......................................... :.................. 0.42 Peak Runoff (cfs)........................................................... 1.58 Weighted Curve Number ............................................... 68.95 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:47 Page 6 of 36 • 19 u u �le F F 1* 1: 10 1 Year - Developed Construct Northside Connector Subbasin : 1B Input Data Area(ac)........................................................................ 3.77 Weighted Curve Number ............................................... 71.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale A 3.77 - 71.00 Composite Area & Weighted CN 3.77 71.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.10 0.00 0.00 Computed Flow Time (min) : 26.08 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 100 0.00 0.00 Slope (%) : 1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 1.61 0.00 0.00 Computed Flow Time (min) : 1.04 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 295 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 16 0.00 0.00 Wetted Perimeter (ft) : 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.23 0.00 0.00 Total TOC (min) ..................28.35 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.49 Peak Runoff (cfs).................................. :........................ 1.34 Weighted Curve Number ............................................... 71.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:21 Engineer: GAR March, 2016 Page 8 of 36 I* 10 1 Year -Developed Construct Northside Connector Subbasin : 1C Input Data Area(ac)........................................................................ 2.58 Weighted Curve Number ............................................... 72.00 Rain Gage ID ................ :................................................ Rain,Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale B 2.58 - 72.00 Composite Area & Weighted CN 2.58 72.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 110 0.00 0.00 Slope (%) : 1.4 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 1.91 0.00 0.00 Computed Flow Time (min) : 0.96 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 245 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft) : 16 0.00 0.00 Wetted Perimeter (ft) : 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.02 0.00 0.00 Total TOC (min) ..................32.66 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.53 Peak Runoff (cfs)........................................................... 0.93 Weighted Curve Number ............................................... 72.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:32:40 Engineer: GAR March, 2016 Page 10 of 36 1 Year - Developed Construct Northside Connector Subbasin : 1D Input Data Area(ac)........................................................................ 2.05 Weighted Curve Number ............................................... 58.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale C 2.05 - 58.00 Composite Area & Weighted CN 2.05 58.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.10 0.00 0.00 Computed Flow Time (min) : 26.08 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 210 0.00 0.00 Slope (%) : 2.1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.34 0.00 0.00 Computed Flow Time (min) : 1.50 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 395 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft') : 10 0.00 0.00 Wetted Perimeter (ft) : 16.17 0.00 0.00 Velocity (ft/sec) : 3.61 0.00 0.00 Computed Flow Time (min) : 1.83 0.00 0.00 Total TOC (min) ..................29.41 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.13 Peak Runoff (cfs)........................................................... 0.06 Weighted Curve Number ............................................... 58.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:25 Engineer: GAR March, 2016 Page 12 of 36 1 Year- Developed Construct Northside Connector Subbasin : 1E Input Data Area(ac)........................................................................ 1.38 Weighted Curve Number ............................................... 75.80 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.17 B 98.00 Paved parking & roofs 0.06 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75 % grass cover, Good 0.51 B 61.00 > 75 % grass cover, Good 0.22 C 74.00 > 75% grass cover, Good 0.36 D 80.00 Composite Area & Weighted CN 1.38 75.80 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning'sRoughness: 0.4 0.00 0.00 Flow Length (ft) : 45 0.00 0.00 Slope (%) : 4.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 8.46 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 370 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Crass Section Area (W) : 6 0.00 0.00 Wetted Perimeter (ft) : 12.17 0.00 0.00 Velocity (fUsec) : 3.10 0.00 0.00 Computed Flow Time (min) : 1.99 0.00 0.00 Total TOC (min) ..................10.45 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.69 Peak Runoff (cfs)........................................................... 1.24 Weighted Curve Number ............................................... 75.80 Time of Concentration (days hh:mm:ss) ........................ 0 00:10:27 0 Engineer: GAR March, 2016 Page 14 of 36 1 Year - Developed Construct Northside Connector Subbasin : 1F Input Data Area(ac)........................................................................ 2.29 Weighted Curve Number ............................................... 80.54 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 B 98.00 Paved parking & roofs 0.22 C 98.00 Paved parking & roofs 0.23 D 98.00 > 75 % grass cover, Good 0.15 B 61.00 > 75 % grass cover, Good 0.76 C 74.00 > 75% grass cover, Good 0.90 D 80.00 Composite Area & Weighted CN 2.29 80.54 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Channel Flow Computations Manning's Roughness: Flow Length (ft) Channel Slope (%) Cross Section Area (ft2) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................11.84 Subarea Subarea Subarea A B C 0.4 0.00 0.00 55 0.00 0.00 4 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 10.42 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 1 0.00 0.00 6 0.00 0.00 12.17 0.00 0.00 3.10 0.00 0.00 1.42 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.92 Peak Runoff (cfs)........................................................... 2.77 Weighted Curve Number ............................................... 80.54 Time of Concentration (days hh:mm:ss) ........................ 0 00:11:50 Engineer: GAR March, 2016 Page 16 of 36 1 Year - Developed Construct Northside Connector Subbasin : 2A Input Data Area(ac)........................................................................ 7.18 Weighted Curve Number ............................................... 82.41 Rain Gage ID.....................................'............................ Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75 % grass cover, Good 0.11 B 61.00 > 75% grass cover, Good 2.53 C 74.00 > 75 % grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.07 0.00 0.00 Computed Flow Time (min) : 34.42 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 440 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft): 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 2.39 0.00 0.00 Total TOC (min) ..................36.81 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 1.02 Peak Runoff (cfs)........................................................:.. 5.53 Weighted Curve Number ............................................... 82.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 Engineer: GAR March, 2016 Page 18 of 36 1 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Subbasin : 2B Input Data Areahte...................ber............................................... 6.79 • Weighted Curve Number ............................................... 79.1 79.14 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs 0.35 D 98.00 > 75 % grass cover, Good 0.03 B 61.00 > 75 % grass cover, Good 3.01 C 74.00 > 75% grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 Time of Concentration ' Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec): 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 ' Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 250 0.00 0.00 Slope (%) : Surface Type: 3.2 Unpaved 0.00 0.00 Unpaved Unpaved ' Velocity (ft/sec) : 2.89 0.00 0.00 Computed Flow Time (min) : 1.44 0.00 0.00 Channel Flow Computations Subarea A Subarea Subarea B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 320 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 • Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 1.74 0.00 0.00 Total TOC (min) ..................33.86 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.84 Peak Runoff (cfs)........................................................... 4.42 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 lie IPage 20 of 36 I Year - Developed Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 1.90 Weighted Curve Number ............................................... 69.81 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number > 75% grass cover, Good 1.01 B 61.00 > 75% grass cover, Good 0.03 C 74.00 > 75% grass cover, Good 0.86 D 80.00 Composite Area & Weighted CN 1.90 69.81 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Total TOC (min) ..................29.63 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.3 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 29.01 0.00 0.00 Subarea Subarea Subarea A B C 165 0.00 0.00 7.6 0.00 0.00 Unpaved Unpaved Unpaved 4.45 0.00 0.00 0.62 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (In)............................................................. 0.45 Peak Runoff (cfs)........................................................... 0.57 Weighted Curve Number ............................................... 69.81 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:38 Engineer: GAR March, 2016 Page 22 of 36 1 Year -Developed Construct Northside Connector Subbasin : 4 Input Data Area(ac)........................................................................ 24.59 Weighted Curve Number ............................................... 75.18 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.81 C 98.00 Paved parking & roofs 0.81 D 98.00 > 75 % grass cover, Good 0.42 B 61.00 > 75 % grass cover, Good 8.67 C 74.00 > 75% grass cover, Good 8.83 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good 0.56 C , 70.00 Woods, Good 1.37 D 77.00 Composite Area & Weighted CN 24.59 75.18 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type: Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness: Flow Length (ft) Channel Slope (%) Cross Section Area (ft') Wetted Perimeter (ft) : Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................37.30 Subarea Subarea Subarea A B C 0.6 0.00 0.00 150 0.00 0.00 4.7 0.00 0.00 3.00 0.00 0.00 0.08 0.00 0.00 30.15 0.00 0.00 Subarea Subarea Subarea A B C 620 0.00 0.00 1.8 0.00 0.00 Unpaved Unpaved Unpaved 2.16 0.00 0.00 4.78 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 550 0.00 0.00 1.6 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 3.88 0.00 0.00 2.36 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.66 Peak Runoff (cfs)........................................................... 10.89 Weighted Curve Number ............................................... 75.18 Time of Concentration (days hh:mm:ss) ........................ 0 00:37:18 I,* Engineer: GAR March, 2016 Page 24 of 36 1 Year - Developed Construct Northside Connector Subbasin : 5 Input Data ...................ber............................................... Area (acWeighted 3.38 ' . Weighted Curve Number ............................................... 81.78 81.7 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75 % grass cover, Good > 75% grass cover, Good 1.31 1.30 C D 74.00 80.00 Composite Area & Weighted CN 3.38 81.78 Time of Concentration ' Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 yr, 24 hr Rainfall (in) : 1.7 3.00 0.00 0.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 32.74 0.00 0.00 ' Shallow Concentrated Flow Computations Subarea A Subarea Subarea B C Flow Length (ft) : 40 0.00 0.00 Slope (%) : 1.7 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved ' Velocity (ft/sec) : Computed Flow Time (min) : 2.10 0.32 0.00 0.00 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A 8 C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 425 0.00 0.00 Channel Slope (%) : 0:9 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (it) : 8.25 0.00 0.00 Velocity (ft/sec) : 2.91 0.00 0.00 Computed Flow Time (min) : 2.44 0.00 0.00 ' Total TOC (min) ..................35.49 ' Subbasin Runoff Results Total Rainfall (in)............................................................ 2.50 Total Runoff (in)............................................................. 0.99 Peak Runoff (cfs)........................................................... 2.56 ' Weighted Curve Number ............................................... 81.78 Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 10 Engineer: GAR March, 2016 Page 26 of 36 1 Year - Developed Construct Northside Connector IJunction Input Engineer: GAR March, 2016 SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover (ft) (ft) (ft) (ft) (ft) (ft) (k) (k') (in) 1 D1, 711.38 716.10 4.72 0.00-711.38 0.00 -716.10 0.00 0.00 2 D2 709.83 716.10 6.27 0.00-709.83 0.00 -716.10 0.00 0.00 3 D3 708.75 719.50 10.75 0.00-708.75 0.00 -719.50 0.00 0.00 4 D4 706.53 720.00 13.47 0.00-706.53 0.00 -720.00 0.00 0.00 ' 5 E103 714.99 0.00 -714.99 0.00-714.99 0.00 0.00 0.00 0.00 6 E104 711.27 715.63 4.36 0.00-711.27 0.00 -715.63 0.00 0.00 7 E106 684.31 696.61 12.30 0.00-684.31 0.00 -696.61 0.00 0.00 8 E107 684.24 699.55 15.31 0.00-684.24 0.00 -699.55 0.00 0.00 9 E110 715.29 0.00 -715.29 0.00-715.29 0.00 0.00 0.00 0.00 10 E111 713.69 718.76 5.07 0.00-713.69 0.00 -718.76 0.00 0.00 11 E112 707.58 718.62 11.04 0.00-707.58 0.00 -718.62 0.00 0.00 12 E113 704.89 0.00 -704.89 0.00-704.89 0.00 0.00 0.00 0.00 13 E167 703.40 719.49 16.09 0.00-703.40 0.00 -719.49 0.00 0.00 14 E168 700.42 720.00 19.58 0.00-700.42 0.00 -720.00 0.00 0.00 15 E169 699.00 0.00 -699.00 0.00-699.00 0.00 0.00 0.00 0.00 19 Page 28 of 36 1 Year- Developed Construct Northside Connector Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume ' Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 D1 2.73 2.73 711.87 0.49 0.00 4.23 711.39 0.01 0 12:05 0 00:00 0.00 0.00 2 D2 3.87 1.22 710.41 0.58 0.00 5.69 709.94 0.11 0 12:06 0 00:00 0.00 0.00 3 D3 5.19 2.24 709.43 0.68 0.00 10.07 708.87 0.12 0 12:06 0 00:00 0.00 0.00 4 D4 13.50 0.00 707.85 1.32 0.00 12.15 707.03 0.50 0 12:21 0 00:00 0.00 0.00 5 E103 4.41 4.41 715.47 0.48 0.00 1.52 715.01 0.02 0 12:20 0 00:00 0.00 0.00 6 E104 9.92 5.53 712.31 1.04 0.00 3.32 711.79 0.52 0 12:20 0 00:00 0.00 0.00 7 E106 0.54 0.00 684.54 0.23 0.00 12.07 684.33 0.02 0 23:37 0 00:00 0.00 0.00 8 E107 0.54 0.00 684.47 0.23 0.00 15.08 684.26 0.02 0 23:37 0 00:00 0.00 0.00 9 E110 2.56 2.56 715.81 0.52 0.00 0.98 715.31 0.02 0 12:20 0 00:00 0.00 0.00 10 E111 2.55 0.00 714.89 1.20 0.00 3.87 714.40 0.71 0 12:20 0 00:00 0.00 0.00 11 E112 2.55 0.00 708.42 0.84 0.00 10.20 708.03 0.45 0 12:21 0 00:00 0.00 0.00 12 E113 2.54 0.00 705.35 0.46 0.00 1.54 704.91 0.02 0 12:21 0 00:00 0.00 0.00 13 E167 13.50 0.00 704.23 0.83 0.00 15.26 703.44 0.04 0 12:20 0 00:00 0.00 0.00 ' 14 E168 13.49 0.00 702.27 1.85 0.00 17.73 701.48 1.06 0 12:20 0 00:00 0.00 0.00 15 E169 13.49 0.00 699.83 0.83 0.00 3.17 699.04 0.04 0 12:20 0 00:00 0.00 0.00 19 Engineer: GAR March, 2016 Page 29 of 36 1 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 ' Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset ' (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No Page 30 of 36 I Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depthl Surcharged Number Condition Occurrence Ratio Total Depth ' Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E113-OUT3 2.44 0 12:29 238.00 0.01 0.87 10.73 0.12 0.06 0.00 2 E169-BASIN1 13.48 0 12:21 235.60 0.06 4.82 0.86 0.68 0.34 0.00 � I n n L I �' 10 I Page 31 of 36 I Year -Developed Construct Northside Connector Engineer: GAR March, 2016 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameteror Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height ' (ft) (ft) (ft) (ft) (ft) (ft) (%) (in) (in) (cfs) 1 D1-D2 290.00 711.38 0.00 709.93 0.10 1.45 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 D2-D3 195.00 709.83 0.00 708.85 0.10 0.98 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 D3-D4 175.00 708.75 0.00 707.00 0.47 1.75 1.0000 CIRCULAR 36.000 36.000 0.0130 0,5000 0.5000 0.0000 0.00 No 1 4 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 5 E104-E105 548.00 711.43 0.16 706.97 0.44 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E105-E167 184.00 706.53 0.00 703.40 0.00 3.13 1.7000 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E106-E107 12.00 684.31 0.00 684.24 0.00 0.07 0.5800 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 10 Ell 1-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 11 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 12 E167-E168 186.00 703.41 0.01 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 13 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 1 0 n 10 u ',I I Page 32 of 36 1 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 ' Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth ' • Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 D1-D2 2.68 0 12:06 47.16 0.06 3.63 1.33 0.48 0.16 0.00 Calculated 2 D2-D3 3.86 0 12:06 47.28 0.08 4.04 0.80 0.57 0.19 0.00 Calculated 3 D3-D4 5.19 0 12:10 66.70 0.08 5.63 0.52 0.56 0.19 0.00 Calculated ' 4 E103-E104 4.40 0 12:20 35.60 0.12 7.72 0.28 0.47 0.24 0.00 Calculated 5 E104-E105 9.87 0 12:21 37.00 0.27 6.39 1.43 0.88 0.35 0.00 Calculated 6 E105-E167 13.50 0 12:20 131.22 0.10 8.79 0.35 0.76 0.22 0.00 Calculated 7 E106-E107 0.54 0 23:37 31.33 0.02 2.40 0.08 0.23 0.09 0.00 Calculated 8 E107-Outfall 1 0.54 0 23:37 139.61 0.00 3.44 0.46 0.16 0.05 0.00 Calculated ' 9 E110-E111 2.55 0 12:20 10.07 0.25 4.76 0.35 0.51 0.34 0.00 Calculated 10 E111-E112 2.55 0 12:21 15.38 0.17 6.45 0.68 0.41 0.28 0.00 Calculated 11 E112-E113 2.54 0 12:21 12.60 0.20 5.59 0.56 0.45 0.30 0.00 Calculated 12 E167-E168 13.49 0 12:20 147.45 0.09 7.32 0.42 0.82 0.20 0.00 Calculated 13 E168-E169 13.49 0 12:20 143.64 0.09 7.18 0.33 0.83 0.21 0.00 Calculated 17 1: 10 I Page 33 of 36 I Year - Developed Construct Northside Connector Engineer. GAR March, 2016 Storage Nodes Node : Basin 1 'Storage 0 Input Data Invert Elevation (ft)................................................................... 689.00 Max (Rim) Elevation(ft) 699.50 Max (Rim) Offset (ft) .... ............................................................ ... 10.50 Initial Water Elevation (ft) ......................................................... 0.00 Initial Water Depth (ft).............................................................. -689.00 Ponded Area (W)..................................................................... 0.00 Evaporation Loss. .................................................................... 0.00 11 19 n Storage Area Volume Curves Storage Curve : Basin 1 Stage Storage Storage Area Volume (ft) ff) (ft') 0 2264 0.000 1 5383 3823.50 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 6 16405 57226.50 7 19116 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 10.5 32800 162415.50 Page 34 of 36 I Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' • 0 20.000 10.5 10 9.5 9 s.5 t 7.5 7 6.5 6 6.6 0 vs «°- 5 H 4.5 4 3.6 3 2.5 2 1.5 1 0.5 a I1• Storage Area Volume Curves Storage Volume (tt'j 40.000 60.000 80,000 100.000 120AN 140,0N 160.000 -- —--------- — — -- —---------- -------- --------- - 10. --------" ..... — ---"-- --- --------------------------------------------- - ------ -- 10 ------------ ---- --------- ----- ------ ------------ ------------ ------- -------------- 9.5 ------------+--- --------------- ------------ _------------ _____________________ _______ ________-__--_____-____ _- 8 ------------+------------ -------- ----- - T S ----- - ------- --------- --------- ----- ----------------- ---------------- - 6.5 --------- ---------- ------- ----- ---------- ---------- --------- --------- - 6 --------- 5.5 --------- 5 --- ---- — --------- 4.5 3. 5 --------------- 0 5,000 10.000 15.000 20,000 25,000 30.000 Storage Area (ftj Storage Area — Storage Volume w d m H Page 35 of 36 1 Year - Developed Construct Northside Connector Engineer: GAR Storage Node: Basin 1 (continued) March, 2016 Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge ' • ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 695.82 6.82 5.00 1.00 3.33 ' Output Summary Results Peak Inflow (cfs)...................................................................... Peak Lateral Inflow (cfs).......................................................... 15.01 1.57 ' Peak Outflow (cfs)................................................................... 0.54 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 695.92 Max HGL Depth Attained (ft)................................................... Average HGL Elevation Attained (ft)........................................ 6.92 694.88 ' Average HGL Depth Attained (ft)............................................. 5.88 Time of Max HGL Occurrence (days hh:mm) .......................... 0 23:37 Total Exfiltration Volume (1000-ft').......................................... 0.000 Total Flooded Volume (ac-in).................................................. Total Time Flooded (min) ........................................................ 0 0 ' Total Retention Time (sec) ...................................................... 0.00 •i ' Page 36 of 36 2 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Project Description File Name ......................................................... 15012-Pre.SPF �roject Options Flow Units ........................................................ CFS Elevation Type ................................................. Elevation Hydrology Method ............................................ SCS TR-55 ' Time of Concentration (TOC) Method ............. SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods ........ NO Analysis Options Start Analysis On ............................................. Nov 17, 2015 00:00:00 End Analysis On ............................................... Start Reporting On ........................................... Nov 21, 2015 Nov 17, 2015 00:00:00 00:00:00 ' Antecedent Dry Days ....................................... 0 days Runoff (Dry Weather) Time Step ..................... 0 01:00:00 days hh:mm:ss Runoff (Wet Weather) Time Step .................... 0 00:05:00 days hh:mm:ss Reporting Time Step ........................................ 0 00:05:00 days hh:mm:ss ' Routing Time Step ........................................... 30 seconds Number of Elements aty ' Rain Gages ...................................................... Subbasins......................................................... 1 7 Nodes................................................................ 16 Junctions ................................................. 12 Outhalls.................................................... 3 ' Flow Diversions ....................................... Inlets........................................................ 0 0 Storage Nodes ......................................... 1 Links.................................................................. 14 Channels ................................................. 2 ' Pipes ........................................................ Pumps..................................................... 10 0 Orifices.................................................... 0 Weirs....................................................... 2 Outlets ..................................................... 0 Pollutants......................................................... • 0 ' LandUses ........................................................ 0 Rainfall Details SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ' ID Source ID Type Units Period Depth Distribution (years) (inches) 1 Rain Gage-01 Time Series TS-02 Cumulative inches Virginia Frederick 2 3.00 SCS Type II 24-hr r F— I 16 Page 1 of 28 2 Year - Existing Construct Northside Connector ' Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 4.94 68.41 3.00 0.64 0.27 2.36 0 00:29:10 2 1 B 9.69 71.44 3.00 0.78 0.63 4.26 0 00:47:52 3 2A 7.18 82.41 3.00 1.41 0.84 7.76 0 00:36:48 4 2B 6.79 79.14 3.00 1.20 0:68 6.45 0 00:33:51 ' 5 3 4.64 72.02 3.00 0.81 0.31 2.93 0 00:30:24 6 4 25.16 75.34 3.00 0.98 2.05 17.67 0 00:37:18 7 5 3.38 81.78 3.00 1.36 0.38 3.61 0 00:35:29 Engineer: GAR March, 2016 Page 2 of 28 2 Year - Existing I Node Summary Construct Northside Connector Engineer: GAR March, 2016 SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 E103 Junction 714.99 0.00 0.00 0.00 0.00 6.45 715.57 0.00 1.42 0 00:00 0.00 0.00 2 E104 Junction 711.27 715.63 0.00 0.00 0.00 14.17 712.50 0.00 3.13 0 00:00 0.00 0.00 3 E105 Junction 706.87 720.00 0.00 0.00 0.00 14.06 708.04 0.00 11.96 0 00:00 0.00 0.00 ' 4 E106 Junction 684.31 696.61 0.00 0.00 0.00 3.13 684.84 0.00 11.77 0 00:00 0.00 0.00 5 E107 Junction 684.24 699.55 0.00 0.00 0.00 3.13 684.77 0.00 14.78 0 00:00 0.00 0.00 6 E110 Junction 715.29 0.00 0.00 0.00 0.00 3.61 715.91 0.00 0.88 0 00:00 0.00 0.00 7 E111 Junction 713.69 718.76 0.00 0.00 0.00 3.60 715.00 0.00 3.76 0 00:00 0.00 0.00 8 E112 Junction 707.58 718.62 0.00 0.00 0.00 3.60 708.50 0.00 10.12 0 00:00 0.00 0.00 ' 9 E113 Junction 704.89 0.00 0.00 0.00 0.00 3.59 705.44 0.00 1.45 0 00:00 0.00 0.00 10 E167 Junction 703.41 715.60 0.00 0.00 0.00 17.82 706.02 0.00 9.58 0 00:00 0.00 0.00 11 E168 Junction ' 700.42 720.00 0.00 0.00 0.00 17.81 702.39 0.00 17.61 0 00:00 0.00 0.00 12 E169 Junction 699.00 0.00 0.00 0.00 0.00 17.81 699.95 0.00 3.05 0 00:00 0.00 0.00 13 Outfall 1 Outfall 682.43 3.13 682.79 ' 14 Outfall 2 Outfall 709.00 2.89 709.00 15 Outfall3 Outfall 690.00 20.68 690.15 16 Basin 1 Storage Node 689.00 699.50 0.00 0.00 19.95 695.03 0.00 0.00 u I1 0 10 I Page 3 of 28 2 Year &g Construct &e Connector Link Summary SN Element Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Peak Flow Total Time Reported ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Condition Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 6.43 35.60 0.18 8.59 0.58 0.29 0.00 Calculated 2 E104-E105 Pipe E104 E105 548.00 711.43 706.97 0.8100 30.000 0.0130 14.06 37.00 0.38 7.04 1.07 0.43 0.00 Calculated 3 E105-E167 Pipe E105 E167 184.00 706.87 705.01 1.0100 30.000 0.0130 14.06 41.24 0.34 7.60 1.00 0.40 0.00 Calculated 4 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 3.13 31.33 0.10 4.08 0.53 0.21 0.00 Calculated 5 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 3.13 139.61 0.02 5.79 0.37 0.11 0.00 Calculated 6 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 3.60 10.07 0.36 5.23 0.62 0.41 0.00 Calculated 7 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400 18.000 0.0130 3.60 15.38 0.23 7.11 0.49 0.33 0.00 Calculated 8 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 3.59 12.60 0.28 6.16 0.55 0.37 0.00 Calculated 9 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 17.81 147.45 0.12 7.91 0.94 0.24 0.00 Calculated 10 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 17.81 143.64 0.12 7.79 0.95 0.24 0.00 Calculated 11 E113-OUT3 Channel E113 Outfall3 560.00 704.89 690.00 2.6600 24.000 0.0700 3.48 238.00 0.01 1.00 0.15 0.07 0.00 12 E169-BASIN1 Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 17.80 235.60 0.08 5.15 0.76 0.38 0.00 13 Emergency Spillway Weir Basin 1 E107 689.00 684.24 0.00 14 Primary Spillway Weir Basin 1 E106 689.00 684.31 3.13 eer: GAR rch, 2016 Page 4 of 28 2 Year- Existing Construct Northside Connector Engineer: GAR March, 2016 ' Subbasin Hydrology Subbasin : 1A Input Data Area(ac)........................................................................ 4.94 Weighted Curve Number ............................................... 68.41 ' Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.02 C 98.00 Paved parking & roofs 0.01 D 98.00 > 75% grass cover, Good 3.00 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75% grass cover, Good 1.78 D 80.00 Composite Area & Weighted CN 4.94 68.41 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation : Tc = (0.007 * ((n * Lf)A0.8)) / ((PA0.5) * (SfA0.4)) ' Where: Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) ' P = 2 yr, 24 hr Rainfall (inches) Sf = Slope (ft/ft) Shallow Concentrated Flow Equation ' V = 16.1345 * (SfA0.5) (unpaved surface) V = 20.3282 * (SfA0.5) (paved surface) V = 15.0 * (SfA0.5) (grassed waterway surface) V = 10.0 * (SfA0.5) (nearly bare & untilled surface) V = 9.0 * (SfA0.5) (cultivated straight rows surface) ' V = 7.0 * (SfA0.5) (short grass pasture surface) V = 5.0 * (SfA0.5) (woodland surface) V = 2.5 * (SfA0.5) (forest w/heavy litter surface) Tc = (Lf / V) / (3600 sec/hr) ' Where: Tc = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) Channel Flow Equation: V = (1.49 * (RA(2/3)) * (SfA0.5)) / n ' R =Aq/Wp Tc = (Lf / V) / (3600 sec/hr) Where: Tc = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (ft2) Wp = Wetted Perimeter (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) n = Manning's roughness Page 5 of 28 2 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness: Flow Length (ft) : Channel Slope (%) : Cross Section Area (W) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................29.17 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.7 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 27.21 0.00 0.00 Subarea Subarea Subarea A B C 335 0.00 0.00 7.5 0.00 0.00 Unpaved Unpaved Unpaved 4.42 0.00 0.00 1.26 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 4.2 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 6.28 0.00 0.00 0.70 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.64 Peak Runoff (cfs)........................................................... 2.36 Weighted Curve Number ............................................... 68.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:10 Page 6 of 28 2 Year - Existing Construct Northside Connector ' Subbasin : 1B Input Data Areahte...................ber............................................... 9.69 ' Weighted Curve Number ............................................... 71.4 71.44 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number > 75 % grass cover, Good 4.85 B 61.00 > 75 % grass cover, Good 0.78 C 74.00 > 75°/u grass cover, Good Paved parking & roofs 3.29 0.10 D B 80.00 98.00 ' Paved parking & roofs 0.29 C 98.00 Paved parking & roofs 0.38 D 98.00 Composite Area & Weighted CN 9.69 71.44 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 ' Slope (%) : 0.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.05 0.00 0.00 Computed Flow Time (min) : 46.68 0.00 0.00 ' Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 200 0.00 0.00 Slope (%) : Surface Type: 3 Unpaved 0.00 Unpaved 0.00 Unpaved Velocity (ft/sec) : 2.79 0.00 0.00 Computed Flow Time (min) : 1.19 0.00 0.00 Total TOC (min) ..................47.88 ' Subbasin Runoff Results • Total Rainfall (in)............................................................ 3.00 ' Total Runoff (in)............................................................. 0.78 Peak Runoff (cfs)........................................................... 4.26 Weighted Curve Number ............................................... 71.44 Time of Concentration (days hh:mm:ss) ........................ 0 00:47:53 F F 10 Engineer: GAR March, 2016 Page 8 of 28 U Lr- I 2 Year- Existing Construct Northside Connector Subbasin : 2A Input Data Area(ac)........................................................................ 7.18 Weighted Curve Number ............................................... 82.41 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75 % grass cover, Good 0.11 B 61.00 > 75 % grass cover, Good 2.53 C 74.00 > 75% grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.07 0.00 0.00 Computed Flow Time (min) : 34.42 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 440 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 2.39 0.00 0.00 Total TOC (min) ..................36.81 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in).............................................................. 1.41 Peak Runoff (cfs)........................................................... 7.76 Weighted Curve Number ............................ :.................. 82.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 Engineer: GAR March, 2016 Page 10 of 28 2 Year - Existing Construct Northside Connector Subbasin : 2B Input Data Area(ac)........................................................................ 6.79 Weighted Curve Number ............................................... 79.14 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs 0.35 D 98.00 > 75% grass cover, Good 0.03 B 61.00 > 75% grass cover, Good 3.01 C 74.00 > 75% grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 'Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft1sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 250 0.00 0.00 Slope (%) : 3.2 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.89 0.00 0.00 Computed Flow Time (min) : 1.44 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : ,320 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 1.74 0.00 0.00 Total TOC (min) ..................33.86 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 1.20 Peak Runoff (cfs)........................................................... 6.45 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 Engineer: GAR March, 2016 Page 12 of 28 2 Year - Existing Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 4.64 Weighted Curve Number ............................................... 72.02 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.07 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75% grass cover, Good 1.81 B 61.00 > 75% grass cover, Good 0.83 C 74.00 > 75% grass cover, Good 1.87 D 80.00 Composite Area & Weighted CN 4.64 72.02 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (it) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type: Velocity (ft/sec) Computed Flow Time (min) : Total TOC (min) ..................30.40 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.3 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 29.01 0.00 0.00 Subarea Subarea Subarea A B C 305 0.00 0.00 5.1 0.00 0.00 Unpaved Unpaved Unpaved 3.64 0.00 0.00 1.40 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.81 Peak Runoff (cfs)........................................................... 2.93 Weighted Curve Number ............................................... 72.02 Time of Concentration (days hh:mm:ss) ........................ 0 00:30:24 Engineer: GAR March, 2016 Page 14 of 28 2 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Subbasin : 4 Input Data Area.................................................................. 25. 16 ' Weighted Curve Numberber.................................... ............ 75.3434 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.07 B 98.00 Paved parking & roofs 0.83 C 98.00 Paved parking & roofs 0.83 D 98.00 > 75 % grass cover, Good 0.38 B 61.00 ' > 75 % grass cover, Good 8.91 C 74.00 > 75 % grass cover, Good 9.09 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good 0.56 C 70.00 Woods; Good 1.37 D 77.00 ' Composite Area & Weighted CN 25.16 75.34 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.6 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 4.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 ' Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.15 0.00 0.00 Shallow Concentrated Flow Computations Subarea A Subarea B Subarea C ' Flow Length (ft) : 620 0.00 0.00 Slope (%) : 1.8 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.16 0.00 0.00 ' Computed Flow Time (min) : 4.78 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 550 0.00 0.00 ' Channel Slope (%) : 1.6 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.88 0.00 0.00 ' Computed Flow Time (min) : 2.36 0.00 0.00 Total TOC (min) ..................37.30 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.98 Peak Runoff (cfs)........................................................... 17.67 Weighted Curve Number ............................................... 75.34 Time of Concentration (days hh:mm:ss) ........................ 0 00:37:18 I,* Page 16 of 28 2 Year - Existing Construct Northside Connector Subbasin : 5 Input Data Area(ac)........................................................................ 3.38 Weighted Curve Number ............................................... 81.78 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75% grass cover, Good 1.31 C 74.00 > 75 % grass cover, Good 1.30 D 80.00 Composite Area & Weighted CN 3.38 81.78 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec): 0.08 0.00 0.00 Computed Flow Time (min) : 32.74 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 40 0.00 0.00 Slope (%) : 1.7 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.10 0.00 ' 0.00 Computed Flow Time (min) : 0.32 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 425 0.00 0.00 Channel Slope (%) : 0.9 0.00 0.00 Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 2.91 0.00 0.00 Computed Flow Time (min) : 2.44 0.00 0.00 Total TOC (min) ..................35.49 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 1.36 Peak Runoff (cfs)........................................................... 3.61 Weighted Curve Number ............................................... 81.78 Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 Engineer: GAR March, 2016 Page 18 of 28 2 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover ' (ft) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 E103 714.99 0.00 -714.99 0.00-714.99 0.00 0.00 0.00 0.00 2 E104 711.27 715.63 4.36 0.00-711.27 0.00 -715.63 0.00 0.00 3 E105 706.87 720.00 13.13 0.00-706.87 0.00 -720.00 0.00 0.00 4 E106 684.31 696.61 12.30 0.00-684.31 0.00 -696.61 0.00 0.00 ' 5 E107 684.24 699.55 15.31 0.00-684.24 0.00 -699.55 0.00 0.00 6 E110 715.29 0.00 -715.29 0.00-715.29 0.00 0.00 0.00 0.00 7 E111 713.69 718.76 5.07 0.00-713.69 0.00 -718.76 0.00 0.00 8 E112 707.58 718.62 11.04 0.00-707.58 0.00 -718.62 0.00 0.00 9 E113 704.89 0.00 -704.89 0.00-704.89 0.00 0.00 0.00 0.00 10 E167 703.41 715.60 12.19 0.00-703.41 0.00 -715.60 0.00 0.00 11 E168 700.42 720.00 19.58 0.00-700.42 0.00 -720.00 0.00 0.00 12 E169 699.00 0.00 -699.00 0.00-699.00 0.00 0.00 0.00 0.00 n 10 Page 20 of 28 2 Year - Existing Construct Northside Connector ' Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume ' Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 E103 6.45 6.45 715.57 0.58 0.00 1.42 715.01 0.02 0 12:20 0 00:00 0.00 0.00 2 E104 14.17 7.73 712.50 1.23 0.00 3.13 711.79 0.52 0 12:20 0 00:00 0.00 0.00 3 E105 14.06 0.00 708.04 1.17 0.00 11.96 707.01 0.14 0 12:21 0 00:00 0.00 0.00 ' 4 E106 3.13 0.00 684.84 0.53 0.00 11.77 684.35 0.04 0 13:43 0 00:00 0.00 0.00 5 E107 3.13 0.00 684.77 0.53 0.00 14.78 684.28 0.04 0 13:43 0 00:00 0.00 0.00 6 E110 3.61 3.61 715.91 0.62 0.00 0.88 715.31 0.02 0 12:20 0 00:00 0.00 0.00 7 E111 3.60 0.00 715.00 1.31 0.00 3.76 714.40 0.71 0 12:20 0 00:00 0.00 0.00 8 E112 3.60 0.00 708.50 0.92 0.00 10.12 708.03 0.45 0 12:20 0 00:00 0.00 0.00 ' 9 E113 3.59 0.00 705.44 0.55 0.00 1.45 704.91 0.02 0 12:21 0 00:00 0.00 0.00 10 E167 17.82 4.25 706.02 2.61 0.00 9.58 705.05 1.64 0 12:21 0 00:00 0.00 0.00 11 E168 17.81 0.00 702.39 1.97 0.00 17.61 701.49 1.07 0 12:22 0 00:00 0.00 0.00 12 E169 17.81 0.00 699.95 0.95 0.00 3.05 699.04 0.04 0 12:22 0 00:00 0.00 0.00 u 11 11 19 r Engineer: GAR March, 2016 1 Page 21 of 28 2 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset ' (ft) (ft) (k) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No u Ell V 111 10 17 Page 22 of 28 2 Year - Existing Construct Northside Connector Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth ' 0 Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E113-OUT3 3.48 0 12:27 238.00 0.01 1.00 9.33 0.15 0.07 0.00 2 E169-BASIN1 17.80 0 12:23 235.60 0.08 5.15 0.81 0.76 0.38 0.00 u IL u Engineer: GAR March, 2016 Page 23 of 28 2 Year - Existing I Pipe Input Construct Northside Connector Engineer: GAR March, 2016 SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameteror Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height ' (ft) (ft) (ft) (ft) (ft) (ft) (%) (in) (in) (cfs) 1 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 E104-E105 548.00 711.43 0.16 706.97 0.10 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 E105-E167 184.00 706.87 0.00 705.01 1.60 1.86 1.0100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 4 E106-E107 12.00 684.31 0.00 684.24 0.00 0.07 0.5800 CIRCULAR KOO 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 5 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E111-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E167-E168 186.00 703.41 0.00 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 10 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 10 Page 24 of 28 2 Year - Existing Pipe Results Construct Northside Connector Engineer: GAR March, 2016 SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depthl Surcharged Number Condition Occurrence Ratio Total Depth ' • Ratio (cfs) (days hh:mm) (cfs) (fUsec) (min) (ft) (min) 1 E103-E104 6.43 0 12:20 35.60 0.18 8.59 0.25 0.58 0.29 0.00 Calculated 2 E104-E105 14.06 0 12:21 37.00 0.38 7.04 1.30 1.07 0.43 0.00 Calculated 3 E105-E167 14.06 0 12:21 41.24 0.34 7.60 0.40. 1.00 0.40 0.00 Calculated ' 4 E106-El07 3.13 0 13:43 31.33 0.10 4.08 0.05 0.53 0.21 0.00 Calculated 5 E107-Outfall 1 3.13 0 13:44 139.61 0.02 5.79 0.27 0.37 0.11 0.00 Calculated 6 E110-E111 3.60 0 12:20 10.07 0.36 5.23 0.32 0.62 0.41 0.00 Calculated 7 E111-E112 3.60 0 12:20 15.38 0.23 7.11 0.62 0.49 0.33 0.00 Calculated 8 E112-E113 3.59 0 12:21 12.60 0.28 6.16 0.51 0.55 0.37 0.00 Calculated 9 E167-E168 17.81 0 12:22 147.45 0.12 7.91 0.39 0.94 0.24 0.00 Calculated 10 E168-E169 17.81 0 12:22 143.64 0.12 7.79 0.30 0.95 0.24 0.00 Calculated 10 Page 25 of 28 2 Year - Existing Construct Northside Connector ' Storage Nodes i Storage Node : Basin 1 . Input Data Invert Elevation (ft)................................................................... 689.00 Max (Rim) Elevation(ft)........................................................... Max (Rim) Offset (ft) .... 699.50 ... 10.50 Initial Water Elevation (ft) ......................................................... 0.00 Initial Water Depth (ft).............................................................. -689.00 Ponded Area (ftW)..................................................................... 0.00 ' Evaporation Loss..................................................................... 0.00 Storage Area Volume Curves Storage Curve : Basin 1 Stage Storage Storage Area Volume (ft) (it') (ft') 0 2264 0.000 1 5383 3823.50 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 6 16405 57226.50 ' 7 19116 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 10.5' 32800 162415.50 • Engineer: GAR March, 2016 Page 26 of 28 2 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 16 I lie 10.6 18 9.5 9 8.5 7.5 7 6.5 6 of 4.5 5.5 3.5 3 2.5 2 1.5 I 0.6 Storage Area Volume Curves Storage Volume (ftj 1 20,000 40,000 60,000 80,000 100,000 120,000 140,000 169'"0 - -------------------------- ---------------------------- ------------------ -------------------------10. - --------------- I ------------ ------------ ------------- ---------------- -------------- - - - - - - - - I ------------ ------------------------- ----------- ------ ----- -------------------- --- ------------- ------------ ------------ ------------ ----------- ------------------------ -- --------- ------------- : ------------ ------------ ------------ ----------- -------- --------------- ------------ ---- ---- -- ------------ -------------------------------------- 4 --------- ----- ---------------------- ------ 4-- 8 ------------ I --------------------------- ----------- 4 -- ------ ------------ I ------------ ----------- 4- ------------ ------------- -------- ----- -------------------------------- ---------------- 7 ------------- ------------ ------------ ------------ -- ------- - ---------- ------------------------- ------------ 6.5 ------------ ----------------------- - I --------- -------------- ------------ ------------ ------- ------------- I ------------ ---------- ------------ ------------ ------------ ------ 5.5 ------------- I ------------ ---------- I - - --------------------- ------------ ------------ ------------ ------------ --------- -- --------- -- ----------- ------------ ------------ ----------------------------- 4L5 ------------ I ------ ------ ------------------------ ------------ ------------ ----------------- 4 ------------ -- --------- - --------- ------------ ----- ------------ ------------------------- -3.1 ----------- I ------------ ------------ ----------- I ------------- ------------- I- --------- ------- 3 --------- ---------- ---------------- ----------- I ------------- ------------ ------------ 2.5 ------ ----- I ----- ------- ------------- I ----------- 1. ------------ I ------------ 11 ------------ ------- ---- ------- ---------- ----------------------------- ------------ ------------ 1.5 -- ------- - I ------------- -------- --------------- I -------- ------------------------- ------------ ------------ ------------ I ----------------------- ----------- ------------ ----------------- ---- ------ ------ --------------- 0 5,000 10.000 15.000 20.000 25.000 30.000 Storage Area (ftj Storage Area Storage Volume Page 27 of 28 2 Year - Existing Construct Northside Connector Storage Node: Basin 1 (continued) Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 694.82 5.82 10.00 1.00 3.33 Output Summary Results Peak Inflow (cfs)...................................................................... 19.95 Peak Lateral Inflow (cfs).......................................................... 2.32 Peak Outflow (cfs)................................................................... 3.13 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 695.03 Max HGL Depth Attained (ft)................................................... 6.03 Average HGL Elevation Attained (ft)........................................ 694.09 Average HGL Depth Attained (ft)............................................. 5.09 Time of Max HGL Occurrence (days hh:mm) .......................... 0 13:43 Total Exfiltration Volume (1000-ft3).......................................... 0.000 Total Flooded Volume (ac-in).................................................. 0 Total Time Flooded (min) ........................................................ 0 Total Retention Time (sec) ...................................................... 0.00 a Engineer: GAR March, 2016 Page 28 of 28 2 Year - Developed Construct Northside Connector ' Project Description File Name ......................................................... 15012-Post 2.SPF �roject Options Flow Units ........................................................ CFS Elevation Type ................................................. Elevation Hydrology Method ............................................ SCS TR-55 Time of Concentration (TOC) Method ............. SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods ........ NO Analysis Options Start Analysis On ............................................. Nov 17, 2015 00:00:00 End Analysis On ............................................... Start Reporting On ........................................... Nov 21, 2015 Nov 17, 2015 00:10:10 00:00:00 ' Antecedent Dry Days ....................................... 0 days Runoff (Dry Weather) Time Step ..................... 0 01:00:00 days hh:mm:ss Runoff (Wet Weather) Time Step .................... 0 00:05:00 days hh:mm:ss Reporting Time Step ........................................ 0 00:05:00 days hh:mm:ss ' Routing Time Step ........................................... 30 seconds Number of Elements aty Rain Gages ...................................................... 1 ' Subbasins......................................................... 11 Nodes................................................................ 19 Junctions ................................................. 15 Outfalls.................................................... 3 ' Flow Diversions ....................................... Inlets........................................................ 0 0 Storage Nodes ......................................... 1 Links.................................................................. 17 Channels................................................. 2 Pipes........................................................ Pumps..................................................... 13 0 Orifices.................................................... 0 Weirs....................................................... 2 Outlets..................................................... 0 Pollutants......................................................... 0 LandUses ........................................................ 0 Rainfall Details SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ID Source ID Type Units Period Depth Distribution (years) (inches) 1 Rain Gage-01 Time Series TS-02 Cumulative inches Virginia Frederick 2 3.00 SCS Type,11 24-hr CI 10 Engineer: GAR March, 2016 Page 1 of 36 2 Year - Developed Construct Northside Connector ' Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume ' (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 5.69 68.95 3.00 0.67 0.32 2.88 0 00:28:46 2 1 B 3.77 72.00 3.00 0.81 0.25 2.49 0 00:28:21 3 1 C 2.58 73.00 3.00 0.86 0.18 1.68 0 00:32:39 4 1 D 2.05 60.00 3.00 0.33 0.06 0.34 0 00:29:24 5 1 E 1.38 75.80 3.00 1.00 0.12 1.87 0 00:10:27 6 1 F 2.29 80.54 3.00 1.28 0.25 3.91 0 00:11:50 7 2A 7.18 82.41 3.00 1.41 0.84 7.76 0 00:36:48 8 2B 6.79 79.14 3.00 1.20 0.68 6.45 0 00:33:51 9 3 1.90 69.81 3.00 0.71 0.11 1.02 0 00:29:37 10 4 24.59 75.18 3.00 0.97 1.99 17.08 0 00:37:18 11 5 3.38 81.78 3.00 1.36 0.38 3.61 0 00:35:29 i i Engineer: GAR March, 2016 Page 2 of 36 2 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Node Summary SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 D1 Junction 711.38 716.10 0.00 0.00 0.00 3.87 711.96 0.00 4.14 0 00:00 0.00 0.00 2 D2 Junction 709.83 716.10 0.00 0.00 0.00 5.70 710.54 0.00 5.56 0 00:00 0.00 0.00 3 D3 Junction 708.75 719.50 0.00 0.00 0.00 8.53 709.55 0.00 9.95 0 00:00 0.00 0.00 4 D4 Junction 706.53 720.00 0.00 0.00 0.00 20.47 708.04 0.00 11.96 0 00:00 0.00 0.00 5 E103 Junction 714.99 0.00 0.00 0.00 0.00 6.45 715.57 0.00 1.42 0 00:00 0.00 0.00 6 E104 Junction 711.27 715.63 0.00 0.00 0.00 14.17 712.50 0.00 3.13 0 00:00 0.00 0.00 7 E106 Junction 684.31 696.61 0.00 0.00 0.00 1.88 684.73 0.00 11.88 0 00:00 0.00 0.00 8 E107 Junction 684.24 699.55 0.00 0.00 0.00 1.88 684.65 0.00 14.90 0 00:00 0.00 0.00 9 E110 Junction 715.29 0.00 0.00 0.00 0.00 3.61 715.91 0.00 0.88 0 00:00 0.00 0.00 10 E111 Junction 713.69 718.76 0.00 0.00 0.00 3.60 715.00 0.00 3.76 0 00:00 0.00 0.00 11 E112 Junction 707.58 718.62 0.00 0.00 0.00 3.60 708.50 0.00 10.12 0 00:00 0.00 0.00 12 E113 Junction 704.89 0.00 0.00 0.00 0.00 3.59 705.44 0.00 1.45 0 00:00 0.00 0.00 13 E167 Junction 703.40 719.49 0.00 0.00 0.00 20.43 704.42 0.00 15.07 0 00:00 0.00 0.00 14 E168 Junction 700.42 720.00 0.00 0.00 0.00 20.42 702.46 0.00 17.54 0 00:00 0.00 0.00 15 E169 Junction 699.00 0.00 0.00 0.00 0.00 20.41 700.02 0.00 2.98 0 00:00 0.00 0.00 16 Outfall 1 Outfall 682.43 1.88 682.71 17 Outfall2 Outfall 709.00 1.00 709.00 18 Outfall3 Outfall 690.00 20.11 690.15 19 Basin 1 Storage Node 689.00 699.50 0.00 0.00 23.19 696.05 0.00 0.00 10 11 Page 3 of 36 2 Year. loped Construct ge Connector 0 Link Summary SN Element Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Peak Flow Total Time Reported ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Condition Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 DI-D2 Pipe D1 D2 290.00 711.38 709.93 0.5000 36.000 0.0130 3.82 47.16 0.08 4.03 0.57 0.19 0.00 Calculated 2 D2-D3 Pipe D2 D3 195.00 709.83 708.85 0.5000 36.000 0.0130 5.68 47.28 0.12 4.51 0.69 0.23 0.00 Calculated 3 D3-D4 Pipe D3 D4 175.00 708.75 707.00 1.0000 36.000 0.0130 8.51 66.70 0.13 6.49 0.72 0.24 0.00 Calculated 4 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 6.43 35.60 0.18 8.59 0.58 0.29 0.00 Calculated 5 E104-E105 Pipe E104 D4 548.00 711.43 706.97 0.8100 30.000 0.0130 14.06 37.00 0.38 7.04 1.07 0.43 0.00 Calculated 6 E105-E167 Pipe D4 E167 184.00 706.53 703.40 1.7000 42.000 0.0130 20.43 131.22 0.16 9.91 0.93 0.27 0.00 Calculated 7 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 1.88 31.33 0.06 3.51 0.42 0.17 0.00 Calculated 8 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 1.88 139.61 0.01 5.10 0.28 0.08 0.00 Calculated 9 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 3.60 10.07 0.36 5.23 0.62 0.41 0.00 Calculated 10 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400 18.000 0.0130 3.60 15.38 0.23 7.11 0.49 0.33 0.00 Calculated 11 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 3.59 12.60 0.28 6.16 0.55 0.37 0.00 Calculated 12 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 20.42 147.45 0.14 8.25 1.00 0.25 0.00 Calculated 13 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 20.41 143.64 0.14 8.09 1.02 0.25 0.00 Calculated 14 E113-OUT3 Channel E113 Outfall3 560.00 704.89 690.00 2.6600 24.000 0.0700 3.48 238.00 0.01 1.00 0.15 0.07 0.00 15 E169-BASINI Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 20.39 235.60 0.09 5.33 0.80 0.40 0.00 16 Emergency Spillway Weir Basin 1 E107 689.00 684.24 0.00 17 Primary Spillway Weir Basin 1 E106 689.00 684.31 1.88 eer: GAR rch, 2016 Page 4 of 36 2 Year - Developed Construct Northside Connector ' Subbasin Hydrology Subbasin : 1A Input Data Area(ac)........................................................................ 5.69 Weighted Curve Number ............................................... 68.95 ' Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number ' Paved parking & roofs 0.03 C 98.00 Paved parking & roofs 0.09 D 98.00 > 75% grass cover, Good 3.44 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75% grass cover, Good 1.94 D 80.00 ' Paved parking & roofs 0.06 B 98.00 Composite Area & Weighted CN 5.69 68.95 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation : ' Tc = (0.007 * ((n * 1-010.8)) / ((PA0.5) * (SfA0.4)) Where: Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) P = 2 yr, 24 hr Rainfall (inches) Sf = Slope (ft/ft) ' Shallow Concentrated Flow Equation V = 16.1345 * (SfA0.5) (unpaved surface) • V = 20.3282 * (SfA0.5) (paved surface) V = 15.0 * (SfA0.5) (grassed waterway surface) V = 10.0 * (SfA0.5) (nearly bare & untilled surface) ' V = 9.0 * (SfA0.5) (cultivated straight rows surface) V = 7.0 * (SfA0.5) (short grass pasture surface) V = 5.0 * (SfA0.5) (woodland surface) V = 2.5 * (SfA0.5) (forest w/heavy litter surface) Tc = (Lf / V) / (3600 sec/hr) Where: Tc = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (fUsec) Sf = Slope (tuft) Channel Flow Equation ' V = (1.49 * (RA(2/3)) * (SfA0.5)) / n R =Aq/Wp Tc = (Lf / V) / (3600 sec/hr) Where ' Tc = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (ft2) ' Wp = Wetted Perimeter (ft) V = Velocity (fUsec) Sf = Slope (tuft) n = Manning's roughness 140 Engineer: GAR March, 2016 Page 5 of 36 2 Year - Developed Construct Northside Connector Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) ; 150 0.00 0.00 Slope (%) : 2.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 27.21 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 265 0.00 0.00 Slope (%) : 9.8 0.00 0.00 Surface Type: Unpaved 'Unpaved Unpaved Velocity (ft/sec) : 5.05 0.00 0.00 Computed Flow Time (min) : 0.87 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 265 0.00 0.00 Channel Slope (%) : 4.2 0.00 0.00 Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 6.28 0.00 0.00 Computed Flow Time (min) : 0.70 0.00 0.00 Total TOC (min) ..................28.78 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.67 Peak Runoff (cfs)........................................................... 2.88 Weighted Curve Number ............................................... 68.95 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:47 Engineer: GAR March, 2016 Page 6 of 36 2 Year - Developed Construct Northside Connector Subbasin : 113 Input Data Areahte...................ber............................................... 3.77 ' • Weighted Curve Number ............................................... 72.0 72.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale A 3.77 72.00 Composite Area & Weighted CN 3.77 72.00 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.10 0.00 0.00 Computed Flow Time (min) : 26.08 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 100 0.00 0.00 !' Slope (%) : 1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 1.61 0.00 0.00 Computed Flow Time (min) : 1.04 0.00 0.00 I' Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 295 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 16 0.00 0.00 Wetted Perimeter (it): 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.23 0.00 0.00 • Total TOC (min) ..................28.35 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 ' Total Runoff (in)............................................................. 0.81 Peak Runoff (cfs)........................................................... 2.49 Weighted Curve Number ............................................... 72.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:21 1* Engineer: GAR March, 2016 Page 8 of 36 2 Year - Developed Construct Northside Connector Subbasin : 1C Input Data Area(ac)........................................................................ 2.58 Weighted Curve Number ............................................... 73.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale B 2.58 - 73.00 Composite Area & Weighted CN 2.58 73.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 110 0.00 0.00 Slope (%) : 1.4 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 1.91 0.00 0.00 Computed Flow Time (min) : 0.96 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 245 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 16 0.00 0.00 Wetted Perimeter (ft) : 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.02 0.00 0.00 Total TOC (min) ..................32.66 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.86 Peak Runoff (cfs)........................................................... 1.68 Weighted Curve Number ............................................... 73.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:32:40 Engineer: GAR March, 2016 Page 10 of 36 10 1 10 2 Year - Developed Construct Northside Connector Subbasin : 1D Input Data Area(ac)........................................................................ 2.05 Weighted Curve Number ............................................... 60.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale C 2.05 - 60.00 Composite Area & Weighted CN 2.05 60.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec): 0.10 0.00 0.00 Computed Flow Time (min) : 26.08 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 210 0.00 0.00 Slope (%) : 2.1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.34 0.00 0.00 Computed Flow Time (min) : 1.50 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 395 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 10 0.00 0.00 Wetted Perimeter (ft): 16.17 0.00 0.00 Velocity (ft/sec) : 3.61 0.00 0.00 Computed Flow Time (min) : 1.83 0.00 0.00 Total TOC (min) ..................29.41 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.33 Peak Runoff (cfs)........................................................... 0.34 Weighted Curve Number ............................................... 60.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:25 Engineer: GAR March, 2016 Page 12 of 36 2 Year - Developed Construct Northside Connector ' Subbasin : 1E Input Data Areahte...................ber............................................... 1.38 • Weighted Curve Number ............................................... 75.80 75.8 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.17 B 98.00 Paved parking & roofs 0.06 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75 % grass cover, Good 0.51 B 61.00 ' > 75% grass cover, Good 0.22 C 74.00 > 75% grass cover, Good 0.36 D 80.00 Composite Area & Weighted CN 1.38 75.80 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.4 45 0.00 0.00 0.00 0.00 ' Slope (%) : 4.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 8.46 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : Channel Slope (%) : 370 1 0.00 0.00 0.00 0.00 ' Cross Section Area (W) : 6 0.00 0.00 Wetted Perimeter (ft) : 12.17 0.00 0.00 Velocity (ft/sec) : 3.10 0.00 0.00 Computed Flow Time (min) : 1.99 0.00 0.00 ' Total TOC (min) ..................10.45 •Subbasin Runoff Results I' Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 1.00 Peak Runoff (cfs) 1.87 Weighted Curve Number ............................................... 75.80 . Time of Concentration (days hh:mm:ss) ........................ 0 00:10:27 lie Engineer: GAR March, 2016 Page 14 of 36 2 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 ' Subbasin : 1F Input Data Areahte...................ber............................................... 2.29 ' • Weighted Curve Number ............................................... 80.5 80.54 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 B 98.00 Paved parking & roofs 0.22 C 98.00 Paved parking & roofs 0.23 D 98.00 > 75% grass cover, Good 0.15 B 61.00 > 75% grass cover, Good 0.76 C 74.00 > 75% grass cover, Good 0.90 D 80.00 Composite Area & Weighted CN 2.29 80.54 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : Flow Length (ft) : 0.4 55 0.00 0.00 0.00 0.00 ' Slope (%) : 4 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (fUsec) : 0.09 0.00 0.00 ' Computed Flow Time (min) : 10.42 Subarea 0.00 Subarea 0.00 Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : Channel Slope (%) : 265 1 0.00 0.00 0.00 0.00 ' Cross Section Area (ft') : 6 0.00 0.00 Wetted Perimeter (ft): 12.17 0.00 0.00 Velocity (fUsec) : 3.10 0.00 0.00 Computed Flow Time (min) : 1.42 0.00 0.00 ' Total TOC (min) ..................11.84 • Subbasin Runoff Results ' Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 1.28 Peak Runoff (cfs)........................................................... 3.91 Weighted Curve Number ............................................... 80.54 ' Time of Concentration (days hh:mm:ss) ........................ 0 00:11:50 r 10 Page 16 of 36 2 Year - Developed Construct Northside Connector ' Subbasin : 2A Input Data Areahte...................ber............................................... 7.18 ' Weighted Curve Number ............................................... 82.4 82.41 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75% grass cover, Good 0.11 B 61.00 > 75% grass cover, Good 2.53 C 74.00 ' > 75% grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : Flow Length (ft) : 0.4 150 0.00 0.00 0.00 0.00 ' Slope (%) : 1.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.07 0.00 0.00 Computed Flow Time (min) : 34.42 0.00 0.00 ' Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : Channel Slope (%) : 440 1 0.00 0.00 0.00 0.00 ' Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (f/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 2.39 0.00 0.00 ' Total TOC (min) ..................36.81 • Subbasin Runoff Results Total Rainfall (in) ............ :............................................... 3.00 Total Runoff (in)............................................................. 1.41 Peak Runoff (cfs)........................................................... 7.76 Weighted Curve Number ............................................... 82.41 ' Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 U 10 11 Engineer: GAR March, 2016 Page 18 of 36 2 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 L U Subbasin : 2B Input Data Area(ac)........................................................................ 6.79 Weighted Curve Number ............................................... 79.14 Rain Gage ID................................................................. Rain Gage-01, Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs 0.35 D 98.00 > 75 % grass cover, Good 0.03 B 61.00 > 75 % grass cover, Good -3.01 C 74.00 > 75% grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : 1 Channel Flow Computations Manning's Roughness: Flow Length (ft) • Channel Slope re Cross Section Area Wetted Perimeter (ft): Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................33.86 250 0.00 0.00 3.2 0.00 0.00 Unpaved Unpaved Unpaved 2.89 0.00 0.00 1.44 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 , 0.00 320 0.00 0.00 1 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 3.07 0.00 0.00 1.74 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ Total Runoff (in)............................................................. 3,00 1.20 Peak Runoff (cfs)........................................................... 6.45 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 11 110 Page 20 of 36 2 Year - Developed Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 1.90 Weighted Curve Number ............................................... 69.81 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number > 75% grass cover, Good 1.01 B 61.00 > 75% grass cover, Good 0.03 C 74.00 > 75% grass cover, Good 0.86 D 80.00 Composite Area & Weighted CN 1.90 69.81 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Total TOC (min) ..................29.63 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.3 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 29.01 0.00 0.00 Subarea Subarea Subarea A B C 165 0.00 0.00 7.6 0.00 0.00 Unpaved Unpaved Unpaved 4.45 0.00 0.00 0.62 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.71 Peak Runoff (cfs)........................................................... 1.02 Weighted Curve Number ............................................... 69.81 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:38 Engineer: GAR March, 2016 Page 22 of 36 2 Year - Developed Construct Northside Connector Subbasin : 4 Input Data Area(ac)........................................................................ 24.59 Weighted Curve Number ............................................... 75.18 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ` Soil/Surface Description (acres) Group Number Paved parking & roofs 0.81 C 98.00 Paved parking & roofs 0.81 D 98.00 > 75% grass cover, Good 0.42 B 61.00 > 75% grass cover, Good 8.67 C 74.00 > 75% grass cover, Good 8.83 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good 0.56 C 70.00 Woods, Good 1.37 D 77.00 Composite Area & Weighted CN 24.59 75.18 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.6 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 4.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.15 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 620 0.00 0.00 Slope (%) : 1.8 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.16 0.00 0.00 Computed Flow Time (min) : 4.78 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 550 0.00 0.00 Channel Slope (%) : 1.6 0.00 0.00 Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.88 0.00 0.00 Computed Flow Time (min) : 2.36 0.00 0.00 Total TOC (min) ..................37.30 Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 0.97 Peak Runoff (cfs)........................................................... 17.08 Weighted Curve Number ............................................... 75.18 Time of Concentration (days hh:mm:ss) ........................ 0 00:37:18 Engineer: GAR March, 2016 Page 24 of 36 2 Year- Developed Construct Northside Connector ' Subbasin : 5 Input Data Areahte...................ber............................................... 3.38 ' Weighted Curve Number ............................................... 81.78 81.7 Rain Gage ID.....:........................................................... Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75 % grass cover, Good > 75 % grass cover, Good 1.31 1.30 C D 74.00 80.00 ' Composite Area & Weighted CN 3.38 81.78 Time of Concentration ' Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 32.74 0.00 0.00 ' Shallow Concentrated Flow Computations Subarea A Subarea Subarea B C Flow Length (ft) : 40 0.00 0.00 Slope (%) : 1.7 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (f fsec) : 2.10 0.00 0.00 Computed Flow Time (min) : 0.32 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 425 0.00 0.00 ' Channel Slope (%) : 0.9 0.00 0.00 Cross Section Area (ft) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 • Velocity (ft/sec) : 2.91 0.00 0.00 I' Computed Flow Time (min) : 2.44 0.00 0.00 Total TOC (min) ..................35.49 ' Subbasin Runoff Results Total Rainfall (in)............................................................ 3.00 Total Runoff (in)............................................................. 1.36 Peak Runoff (cfs)........................................................... 3.61 Weighted Curve Number ............................................... 81.78 i' Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 Engineer: GAR March, 2016 Page 26 of 36 2 Year - Developed I Construct Northside Connector Engineer: GAR March, 2016 Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover (ft) (ft) (ft) (ft) (ft) 00 (ft) (ft') (in) 1 D1 711.38 716.10 4.72 0.00-711.38 0.00 -716.10 0.00 0.00 2 D2 709.83 716.10 6.27 0.00-709.83 0.00 -716.10 0.00 0.00 3 D3 708.75 719.50 10.75 0.00-708.75 0.00 -719.50 0.00 0.00 4 D4 706.53 720.00 13.47 0.00-706.53 0.00 -720.00 0.00 0.00 ' 5 E103 714.99 0.00 -714.99 0.00-714.99 0.00 0.00 .0.00 0.00 6 E104 711.27 715.63 4.36 0.00-711.27 0.00 -715.63 0.00 0.00 7 E106 684.31 696.61 12.30 0.00-684.31 0.00 -696.61 0.00 0.00 8 E107 684.24 699.55 15.31 0.00-684.24 0.00 -699.55 0.00 0.00 . 9 E110 715.29 0.00 -715.29 0.00-715.29 0.00 0.00 0.00 0.00 10 E111 713.69 718.76 5.07 0.00-713.69 0.00 -718.76 0.00 0.00 11 E112 707.58 718.62 11.04 0.00-707.58 0.00 -718.62 0.00 0.00 12 E113 704.89 0.00 -704.89 0.00-704.89 0.00 0.00 0.00 0.00 13 E167 703.40 719.49 16.09 0.00-703.40 0.00 -719.49 0.00 0.00 14 E168 700.42 720.00 19.58 0.00-700.42 0.00 -720.00 0.00 0.00 ' 15 E169 699.00 0.00 -699.00 0.00-699.00 0.00 0.00 0.00 0.00 V �10 Page 28 of 36 2 Year - Developed Construct Northside Connector ' Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume ' • Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 D1 3.87 3.87 711.96 0.58 0.00 4.14 711.40 0.02 0 12:05 0 00:00 0.00 0.00 2 D2 5.70 1.92 710.54 0.71 0.00 5.56 709.95 0.12 0 12:05 0 00:00 0.00 0.00 3 D3 8.53 4.06 709.55 0.80 0.00 9.95 708.87 0.12 0 12:06 0 00:00 0.00 0.00 4 D4 20.47 0.00 708.04 1.51 0.00 11.96 707.04 0.51 0 12:21 0 00:00 0.00 0.00 5 E103 6.45 6.45 715.57 0.58 0.00 1.42 715.01 0.02 0 12:20 0 00:00 0.00 0.00 6 E104 14.17 7.73 712.50 1.23 0.00 3.13 711.79 0.52 0 12:20 0 00:00 0.00 0.00 7 E106 1.88 0.00 684.73 0.42 0.00 11.88 684.35 0.04 0 15:10 0 00:00 0.00 0.00 8 E107 1.88 0.00 684.65 0.41 0.00 14.90 684.28 0.04 0 15:10 0 00:00 0.00 0.00 9 E110 3.61 3.61 715.91 0.62 0.00 0.88 715.31 0.02 0 12:20 0 00:00 0.00 0.00 10 E111 3.60 0.00 715.00 1.31 0.00 3.76 714.40 0.71 0 12:20 0 00:00 0.00 0.00 11 E112 3.60 0.00 708.50 0.92 0.00 10.12 708.03 0.45 0 12:20 0 00:00 0.00 0.00 12 E113 3.59 0.00 705.44 0.55 0.00 1.45 704.91 0.02 0 12:21 0 00:00 0.00 0.00 13 E167 20.43 0.00 704.42 1.02 0.00 15.07 703.45 0.05 0 12:16 0 00:00 0.00 0.00 14 E168 20.42 0.00 702.46 2.04 0.00 17.54 701.49 1.07 0 12:17 0 00:00 0.00 0.00 15 E169 20.41 0.00 700.02 1.02 0.00 2.98 699.05 0.05 0 12:17 0 00:00 0.00 0.00 10 Engineer: GAR March, 2016 Page 29 of 36 2 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset ' (ft) • (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No � I C u u Page 30 of 36 2 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depthl Surcharged Number Condition Occurrence Ratio Total Depth ' • Ratio (cfs) (days hh:mm) (cfS) (fUsec) (min) (ft) (min) 1 E113-OUT3 3.48 0 12:27 238.00 0.01 1.00 9.33 0.15 0.07 0.00 2 E169-BASIN1 20.39 0 12:17 235.60 0.09 5.33 0.78 0.80 0.40 0.00 10 Page 31 of 36 2 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameteror Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height ' • (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 1 D1-D2 290.00 711.38 0.00 709.93 0.10 1.45 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 D2-D3 195.00 709.83 0.00 708.85 0.10 0.98 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 D3-D4 175.00 708.75 0.00 707.00 0.47 1.75 1.0000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 4 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 5 E104-E105 548.00 711.43 0.16 706.97 0.44 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E105-E167 184.00 706.53 0.00 703.40 0.00 3.13 1.7000 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E106-E107 12.00 684.31 0.00 684.24 0.00 0.07 0.5800 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 10 E111-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 11 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 12 E167-E168 186.00 703.41 0.01 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 13 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 I F� I Page 32 of 36 2 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Pipe Results SIN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (fUsec) (min) (ft) (min) 1 D1-D2 3.82 0 12:06 47.16 0.08 4.03 1.20 0.57 0.19 0.00 Calculated 2 D2-D3 5.68 0 12:06 47.28 0.12 4.51 0.72 0.69 0.23 0.00 Calculated 3 D3-D4 8.51 0 12:10 66.70 0.13 6.49 0.45 0.72 0.24 0.00 Calculated ' 4 E103-E104 6.43 0 12:20 35.60 0.18 8.59 0.25 0.58 0.29 0.00 Calculated 5 E104-E105 14.06 0 12:21 37.00 0.38 7.04 1.30 1.07 0.43 0.00 Calculated 6 E105-E167 20.43 0 12:16 131.22 0.16 9.91 0.31 0.93 0.27 0.00 Calculated 7 E106-E107 1.88 0 15:10 31.33 0.06 3.51 0.06 0.42 0.17 0.00 Calculated 8 E107-Outfall 1 1.88 0 15:10 139.61 0.01 5.10 0.31 0.28 0.08 0.00 Calculated ' 9 E110-E111 3.60 0 12:20 10.07 0.36 5.23 0.32 0.62 0.41 0.00 Calculated 10 E111-E112 . 3.60 0 12:20 15.38 0.23 7.11 0.62 0.49 0.33 0.00 Calculated 11 E112-E113 3.59 0 12:21 12.60 0.28 6.16 0.51 0.55 0.37 0.00 Calculated 12 E167-E168 20.42 0 12:17 147.45 0.14 8.25 0.38 1.00 0.25 0.00 Calculated ' 13 E168-E169 20.41 0 12:17 143.64 0.14 8.09 0.29 1.02 0.25 0.00 Calculated lie Page 33 of 36 2 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Storage Nodes Storage Node : Basin 1 ' Input Data Invert Elevation (ft)................................................................... 689.00 Max (Rim) Elevation(ft) 699.50 Max (Rim) Offset (ft) .... ........................................................... ... 10.50 Initial Water Elevation (ft) .... 0.00 Initial Water Depth (ft).............................................................. -689.00 Ponded Area (ft')..................................................................... 0.00 Evaporation Loss..................................................................... 0.00 Storage Area Volume Curves Storage Curve: Basin 1 Stage Storage Storage Area Volume (ft) (ft�) (ft') 0 2264 0.000 1 5383 3823.50 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 6 16405 57226.50 7 19116 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 10.5 32800 162415.50 I 10 ' Page 34 of 36 2 Year - Developed � I Construct Northside Connector Engineer. GAR March, 2016 � 10 0 20,000 � I � I � I I I I I I I I 10 I 10.5 Is 9.5 LIS 6 or 4.5 4 3.6 3 2.5 2 1.6 I 0.5 Storage Area Volume Curves Storage Volume (ft) 40.000 60,000 88,080 100,000 120'009 149'"0 1"'0" ------------------------------------- ----------------- ------ ------------ -------------------------- ------------ -------------------------- ----------- -------------------------- ------------- : - - ---------- -------------------------- ------------ ----------- -------------------------- r ------- --- ------------- ------------ ------------ ------------ --------- ------------------------ - --------- ------------ 7- 9 ------------ ------------------------- ----------- ----------------- ---- --- ; ----------- ------------ ------------ 4 -------------------------------- --- -------- ------------ ------ -- 4 ------------ 4 ------------ ------------ ----------- -- ------ ------------ ------------ ----------------- 7.5 ------------ ------------ ------------ -------- ----- ----- ------------ ------------ ----------------- 7 ----------------------------------- -- ------- - ---------- ------------ I ------------- --------------- 6.5 ------------------------------------- ---------- ---------------------------------------- --------------- 6 ------------ ------------- I ----- ------ I ----- - ---- ------------ ------------ ------------------------- -6.5 ------------- I ------------ ------------ ------------ ---------- ---------- ------------ ------------ ........... ------------ --------- -- --------- -------------- ------------ ------------ ---------------- 4 ------------------- ------------ ------ ----------- ------------ ------------ ------------ ------------ ------------ -- --------- - --------- ----------- ------------ ------------ ------------------------------ 3.5 ----------- I ------------ ------------ ----------- ------------ ------------ ------------ ------------ --------- -- I -------- --- ------------ ----------- ------------- I ------------ ----------------- 2.5 ------ ----- I ----- ------- ------------- I ----------- I ---- ------------ ------------ ------------ 2 ---- ------- I - ---------- ------------ ----------------- ------------ ------------ ------------ 1.5 -- ------- - ------------ -------- ------------ ------------ ------------ - ------------ --- ------- ---- ------- -0.5 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - - - J - - - 0 5,009 10.000 15,000 20.000 25,000 30,000 Storage Area (ft2l I— Storage Area — Storage ;E CD IM I Page 35 of 36 2 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Storage Node : Basin 1 (continued) Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 695.82 6.82 5.00 1.00 3.33 Output Summary Results Peak Inflow (cfs)...................................................................... Peak Lateral Inflow (cfs).......................................................... 23,19 2.81 ' Peak Outflow (cfs)................................................................... 1.88 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 696.05 Max HGL Depth Attained (ft)................................................... Average HGL Elevation Attained (ft)........................................ 7.05 , 694.96 Average HGL Depth Attained (ft)............................................. 5.96 Time of Max HGL Occurrence (days hh:mm) .......................... 0 15:10 Total Exfiltration Volume (1000-ft3).......................................... 0.000 Total Flooded Volume (ac-in) 0 .................................................. Total Time Flooded (min) .... ... 0 ' Total Retention Time (sec) .... ... 0.00 • Page 36 of 36 10 Year - Existing Construct Northside Connector Project Description File Name ......................................................... 15012-Pre.SPF ' �roject Options Flow Units ........................................................ CFS Elevation Type ................................................. Elevation ' Hydrology Method ............................................ Time of Concentration (TOC) Method ............. SCS TR-55 SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods .....,.. NO ' Analysis Options Start Analysis On ............................................. Nov 17, 2015 00:00:00 End Analysis On ....................................... ......... Start Reporting On ........................................... Nov 21, 2015 Nov 17, 2015 00:00:00 00:00:00 Antecedent Dry Days ....................................... 0 days Runoff (Dry Weather) Time Step ..................... 0 01:00:00 days hh:mm:ss Runoff (Wet Weather) Time Step .................... 0 00:05:00 days hh:mm:ss Reporting Time Step ........................................ ' Routing Time Step ........................................... 0 00:05:00 30 days hh:mm:ss seconds Number of Elements Oty ' Rain Gages ...................................................... Subbasins......................................................... 1 7 Nodes................................................................ 16 Junctions ................................................. 12 Outfalls.................................................... 3 ' Flow Diversions ....................................... Inlets........................................................ 0 0 Storage Nodes ......................................... 1 Links.................................................................. 14 Channels................................................. 2 Pipes........................................................ Pumps..................................................... 10 0 Orifices.................................................... 0 Weirs....................................................... Outlets ..................................................... • 2 0 Pollutants......................................................... • 0 LandUses ........................................................ 0 Rainfall Details SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ID Source ID Type Units Period Depth Distribution (years) (inches) 1 Rain Gage-01 Time Series TS-03 Cumulative inches Virginia Frederick 10 4.90 SCS Type II 24-hr 11 � I n n 110 11 Engineer: GAR March, 2016 1 Page 1 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume 116 (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 4.94 68.41 4.90 1.84 0.76 7.85 0 00:29:10 2 1 B 9.69 71.44 4.90 2.08 1.68 12.74 0 00:47:52 3 2A 7.18 82.41 4.90 3.03 1.81 16.94 0 00:36:48 4 2B 6.79 79.14 4.90 2.73 1.54 15.17 0 00:33:51 ' 5 3 4.64 72.02 4.90 2.12 0.82 8.46 0 00:30:24 6 4 25.16 75.34 4.90 2.40 5.03 46.01 0 00:37:18 7 5 3.38 81.78 4.90 2.97 0.84 8.00 0 00:35:29 I* Page 2 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Node Summary I* 1 10 10 SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 E103 Junction 714.99 0.00 0.00 0.00 0.00 15.02 715.90 0.00 1.09 0 00:00 0.00 0.00 2 E104 Junction 711.27 715.63 0.00 0.00 0.00 31.90 713.22 0.00 2.41 0 00:00 0.00 0.00 3 E105 Junction 706.87 720.00 0.00 0.00 0.00 31.82 708.76 0.00 11.24 0 00:00 0.00 0.00 4 E106 Junction 684.31 696.61 0.00 0.00 0.00 37.78 696.61 0.00 0.00 0 12:36 1.46 21.00 5 E107 Junction 684.24 699.55 0.00 0.00 0.00 33.63 686.74 0.00 12.81 0 00:00 0.00 0.00 6 E110 Junction 715.29 0.00 0.00 0.00 0.00 7.95 716.30 0.00 0.49 0 00:00 0.00 0.00 7 E111 Junction 713.69 718.76 0.00 0.00 0.00 7.94 715.38 0.00 3.38 0 00:00 0.00 0.00 8 E112 Junction 707.58 718.62 0.00 0.00 0.00 7.93 708.77 0.00 9.85 0 00:00 0.00 0.00 9 E113 Junction 704.89 0.00 0.00 0.00 0.00 7.92 705.75 0.00 1.14 0 00:00 0.00 0.00 10 E167 Junction 703.41 715.60 0.00 0.00 0.00 43.53 706.66 0.00 8.94 0 00:00 0.00 0.00 11 E168 Junction 700.42 720.00 0.00 0.00 0.00 43.54 702.94 0.00 17.06 0 00:00 0.00 0.00 12 E169 Junction 699.00 0.00 0.00 0.00 0.00 43.53 700.51 0.00 2.49 0 00:00 0.00 0.00 13 dutfall 1 Outfall 682.43 33.75 683.60 14 Outfall 2 Outfall 709.00 8.37 709.00 15 Outfall3 Outfall 690.00 53.38 690.24 16 Basin 1 Storage Node 689.00 699.50 0.00 0.00 50.54 695.96 0.00 0.00 Page 3 of 28 10 Yea 0ing Link Summary Construct a Connector SN Element Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Peak Flow Total Time Reported ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Condition Node Elevation Elevation Ratio Total Depth Ratio Orer:, GAR ch2016 (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 15.01 35.60 0.42 10.85 0.91 0.45 0.00 Calculated 2 E104-E105 Pipe E104 E105 548.00 711.43 706.97 0.8100 30.000 0.0130 31.82 37.00 0.86 8.51 1.79 0.71 0.00 Calculated 3 E105-E167 Pipe E105 E167 184.00 706.87 705.01 1.0100 30.000 0.0130 31.81 41.24 0.77 9.28 1.64 0.66 0.00 Calculated 4 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 33.63 31.33 1.07 7.30 2.50 1.00 15.00 SURCHARGED_ 5 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 33.75 139.61 0.24 11.96 1.16 0.33 0.00 Calculated 6 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 7.94 10.07 0.79 6.32 1.00 0.67 0.00 Calculated 7 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400. 18.000 0.0130 7.93 15.38 0.52 8.77 0.76 0.51 0.00 Calculated 8 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 7.92 12.60 0.63 7.54 0.86 0.58 0.00 Calculated 9 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 43.54 147.45 0.30 10.21 1.48 0.37 0.00 Calculated 10 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 43.53 143.64 0.30 10.02 1.50 0.38 0.00 Calculated 11 E113-OUT3 Channel E113 Outfall3 560.00 704.89 690.00 2.6600 24.000 0.0700 7.79 238.00 0.03 1.36 0.24 0.12 0.00 12 E169-BASIN1 Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 43.50 235.60 0.18 6.44 1.06 0.53 0.00 13 Emergency Spillway Weir Basin 1 E107 689.00 684.24 0.00 14 Primary Spillway Weir Basin 1 E106 689.00 684.31 37.78 Page 4 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 Subbasin Hydrology ' Subbasin : 1A Input Data Area(ac)........................................................................ Weighted Curve Number .................... :.......................... Rain Gage ID................................................................. Composite Curve Number Soil/Surface Description 4.94 68.41 Rain Gage-01 Area Soil Curve (acres) Group Number Paved parking & roofs 0.02 C 98.00 Paved parking & roofs 0.01 D 98.00 > 75% grass cover, Good 3.00 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75%grass cover, Good 1.78 D 80.00 ' Composite Area & Weighted CN 4.94 68.41 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation Tc = (0.007 * ((n * Lf)A0.8)) / ((PA0.5) * (SfA0.4)) W here : Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) ' P = 2 yr, 24 hr Rainfall (inches) Sf = Slope (ft/ft) Shallow Concentrated Flow Equation ' V = 16.1345 * (SfA0.5) (unpaved surface) V = 20.3282 * (SfA0.5) (paved surface) V = 15.0 * (SfA0.5) (grassed waterway surface) • V = 10.0 * (SfA0.5) (nearly bare & untilled surface) V = 9.0 * (SfA0.5) (cultivated straight rows surface) ' V = 7.0 * (SfA0.5) (short grass pasture surface) V = 5.0 * (SfA0.5) (woodland surface) V = 2.5 * (SfA0.5) (forest w/heavy litter surface) To = (Lf / V) / (3600 sec/hr) ' Where: Tc = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (ft/sec) ' Sf = Slope (ft/ft) Channel Flow Equation: V = (1.49 * (RA(2/3)) * (SfA0.5)) I n ' R =Aq/Wp Tc = (Lf / V) / (3600 sec/hr) Where: ' Tc = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (ft2) W p = Wetted Perimeter (ft) ' V = Velocity (ft/sec) Sf = Slope (ft/ft) n = Manning's roughness 14D Page 5 of 28 10 Year - Existing Construct Northside Connector Engineer. GAR March, 2016 Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2.7 0.00 0.00 ' • 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 27.21 0.00 0.00 Subarea Subarea Subarea ' Shallow Concentrated Flow Computations A B C Flow Length (ft) : 335 0.00 0.00 Slope (%) : 7.5 0.00 0.00 Surface Type: Velocity (ft/sec) : Unpaved 4.42 Unpaved Unpaved 0.00 0.00 ' Computed Flow Time (min) : 1.26 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations Manning's Roughness: A 0.03 B C 0.00 0.00 Flow Length (ft) : 265 0.00 0.00 Channel Slope (%) : 4.2 0.00 0.00 Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft): Velocity (ft/sec) : 8.25 6.28 0.00 0.00 0.00 0.00 Computed Flow Time (min) : 0.70 0.00 0.00 Total TOC (min) ..................29.17 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)........................................................... Peak Runoff (cfs).... 1.84 ... 7.85 Weighted Curve Number ............................................... 68.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:10 ' Page 6 of 28 10 Year - Existing Construct Northside Connector Subbasin : 1B Input Data Area (ac)........................................................................ 9.69 lie Weighted Curve Number ............................................... 71.44 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number > 75% grass cover, Good 4.85 B 61.00 > 75% grass cover, Good 0.78 C 74.00 > 75% grass cover, Good Paved parking & roofs 3.29 0.10 D B 80.00 98.00 ' Paved parking & roofs 0.29 C 98.00 Paved parking & roofs 0.38 D 98.00 Composite Area & Weighted CN 9.69 71.44 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 ' Flow Length (ft) : 150 0.00 0.00 Slope (%) : 0.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.05 0.00 0.00 Computed Flow Time (min) : 46.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (it) : 200 0.00 0.00 Slope (%) : Surface Type: 3 Unpaved 0.00 Unpaved 0.00 Unpaved Velocity (ft/sec) : 2.79 0.00 0.00 Computed Flow Time (min) : 1.19 0.00 0.00 Total TOC (min) ..................47.88 ' Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)......................................................... ... 2.08 Peak Runoff (cfs) .... 12.7 ... 2.74 Weighted Curve Number ............................................... 71.44 Time of Concentration (days hh:mm:ss) ........................ 0 00:47:53 u 10 Engineer: GAR March, 2016 Page 8 of 28 19 I* 10 Year - Existing Construct Northside Connector Subbasin : 2A Input Data Area(ac)........................................................................ 7.18 Weighted Curve Number ............................................... 82.41 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75 % grass cover, Good 0.11 B 61.00 > 75 % grass cover, Good 2.53 C 74.00 > 75 % grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.07 0.00 0.00 Computed Flow Time (min) : 34.42 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 440 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 2.39 0.00 0.00 Total TOC (min) ..................36.81 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 3.03 Peak Runoff (cfs)........................................................... 16.94 Weighted Curve Number ............................................... 82.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 Engineer: GAR March, 2016 Page 10 of 28 10 Year- Existing Construct Northside Connector Engineer: GAR March, 2016 Subbasin : 2B Input Data Area(ac)........................................................................ 6.79 Weighted Curve Number ............................................... 79.14 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs > 75% grass cover, Good 0.35 0.03 D 98.00 B 61.00 > 75% grass cover, Good 3.01 C 74.00 > 75% grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 ' Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 250 0.00 0.00 Slope (%) : 3.2 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.89 0.00 0.00 Computed Flow Time (min) : 1.44 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 320 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft): 8.25 0.00 0.00 ' Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 1.74 0.00 0.00 Total TOC (min) ..................33.86 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in) ..................... :....................................... 2.73 Peak Runoff (cfs)........................................................... 15.17 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 I Page 12 of 28 10 Year- Existing Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 4.64 Weighted Curve Number ............................................... 72.02 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.07 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75 % grass cover, Good 1.81 B 61.00 > 75 % grass cover, Good 0.83 C 74.00 > 75% grass cover, Good 1.87 D 80.00 Composite Area & Weighted CN 4.64 72.02 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2.3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 29.01 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 305 0.00 0.00 Slope (%) : 5.1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 3.64 0.00 0.00 Computed Flow Time (min) : 1.40 0.00 0.00 Total TOC (min) ..................30.40 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.12 Peak Runoff (cfs)........................................................... 8.46 Weighted Curve Number ............................................... 72.02 Time of Concentration (days hh:mm:ss) ........................ 0 00:30:24 Engineer: GAR March, 2016 Page 14 of 28 10 Year - Existing Construct Northside Connector ' Subbasin : 4 Input Data Area.................................................................. 25. 16 ' Weighted Curve Numberber....... :....................................... 75.3434 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.07 B 98.00 Paved parking & roofs 0.83 C 98.00 Paved parking & roofs 0.83 D 98.00 > 75% grass cover, Good 0.38 B 61.00 ' > 75 % grass cover, Good 8.91 C 74.00 > 75 % grass cover, Good 9.09 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good 0.56 C 70.00 Woods, Good 1.37 D 77.00 Composite Area & Weighted CN 25.16 75.34 Time of Concentration Subarea Subarea Subarea ' Sheet Flow Computations A B C Manning's Roughness: 0.6 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 yr, 24 hr Rainfall (in) : 4.7 3.00 0.00 0.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.15 0.00 0.00 Shallow Concentrated Flow Computations Subarea A Subarea Subarea B C ' Flow Length (ft) : 620 0.00 0.00 Slope (%) : 1.8 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved ' Velocity (ft/sec) : Computed Flow Time (min) : 2.16 4.78 0.00 0.00 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C • Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 550 0.00 0.00 ' Channel Slope (%) : 1.6 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.88 0.00 0.00 Computed Flow Time (min) : 2.36 0.00 0.00 ' Total TOC (min) ..................37.30 ' Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.40 Peak Runoff (cfs)........................................................... Weighted Curve Number ............................................... 46.01 75.34 Time of Concentration (days hh:mm:ss) ........................ 0 00:37:18 Engineer: GAR March, 2016 Page 16 of 28 10 Year- Existing Construct Northside Connector ' Subbasin : 5 Input Data Area (ac)........................................................................ 3.38 ' • Weighted Curve Number ............................................... 81.78 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75 % grass cover, Good > 75% grass cover, Good 1.31 1.30 C D 74.00 80.00 Composite Area & Weighted CN 3.38 81.78 Time of Concentration ' Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 ' Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 32.74 0.00 0.00 Shallow Concentrated Flow Computations Subarea A Subarea B Subarea C Flow Length (ft) : 40 0.00 0.00 Slope (%) : 1.7 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved i' Velocity (ft/sec): Computed Flow Time (min) : 2.10 0.32 0.00 0.00 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.03 425 0.00 0.00 0.00 0.00 ' Channel Slope (%) : 0.9 0.00 0.00 Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 2.91 0.00 0.00 Computed Flow Time (min) : 2.44 0.00 0.00 ' Total TOC (min) ..................35.49 ' Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.97 Peak Runoff (cfs)........................................................... 8.00 Weighted Curve Number ............................................... 81.78 ' Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 u u Engineer: GAR March, 2016 C Page 18 of 28 10 Year - Existing I Junction Input Construct Northside Connector Engineer: GAR March; 2016 SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover ' • (k) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 E103 714.99 0.00 -714.99 0.00-714.99 0.00 0.00 0.00 0.00 2 E104 711.27 715.63 4.36 0.00-711.27 0.00 -715.63 0.00 0.00 3 E105 706.87 720.00 13.13 0.00-706.87 0.00 -720.00 0.00 0.00 4 E106 684.31 696.61 12.30 0.00-684.31 0.00 -696.61 0.00 0.00 5 E107 684.24 699.55 15.31 0.00-684.24 0.00 -699.55 0.00 0.00 6 E110 715.29 0.00 -715.29 0.00-715.29 0.00 0.00 0.00 0.00 7 E111 713.69 718.76 5.07 0.00-713.69 0.00 -718.76 0.00 0.00 8 E112 707.58 718.62 11.04 0.00-707.58 0.00 -718.62 0.00 0.00 9 E113 704.89 0.00 -704.89 0.00-704.89 0.00 0.00 0.00 0.00 ' 10 E167 703.41 715.60 12.19 0.00-703.41 0.00 -715.60 0.00 0.00 11 E168 700.42 720.00 19.58 0.00-700.42 0.00 -720.00 0.00 0.00 12 E169 699.00 0.00 -699.00 0.00-699.00 0.00 0.00 0.00 0.00 � I � I IF n II I Ll II II II 10 � I Page 20 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume • Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 E103 15.02 15.02 715.90 0.91 0.00 1.09 715.02 0.03 0 12:20 0 00:00 0.00 0.00 2 E104 31.90 16.89 713.22 1.95 0.00 2.41 711.81 0.54 0 12:20 0 00:00 0.00 0.00 3 E105 31.82 0.00 708.76 1.89 0.00 11.24 707.03 0.16 0 12:20 0 00:00 0.00 ' 4 E106 37.78 0.00 696.61 12.30 0.00 0.00 684.42 0.11 0 12:27 0 12:36 1.46 21.00 5 E107 33.63 0.00 686.74 2.50 0.00 12.81 684.32 0.08 0 12:30 0 00:00 0.00 0.00 6 E110 7.95 7.95 716.30 1.01 0.00 0.49 715.33 0.04 0 12:20 0 00:00 0.00 0.00 7 E111 7.94 0.00 715.38 1.69 0.00 3.38 714.42 0.73 0 12:20 0 00:00 0.00 0.00 8 E112 7.93 0.00 708.77 1.19 0.00 9.85 708.04 0.46 0 12:20 0 00:00 0.00 0.00 9 Ell 7.92 0.00 705.75 0.86 0.00 1.14 704.92 0.03 0 12:20 0 00:00 0.00 0.00 10 E167 43.53 12.61 706.66 3.25 0.00 8.94 705.07 1.66 0 12:21 0 00:00 0.00 0.00 11 E168 43.54 0.00 702.94 2.52 0.00 17.06 701.51 1.09 0 12:21 0 00:00 0.00 0.00 12 E169 43.53 0.00 700.51 1.51 0.00 2.49 699.07 0.07 0 12:21 0 00:00 0.00 0.00 L L L 10 Page 21 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset ' (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No 1 n n r n 1: 1: I Page 22 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depthl Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 El13-OUT3 7.79 0 12:24 238.00 0.03 1.36 6.86 0.24 0.12 0.00 2 E169-13ASIN1 43.50 0 12:22 235.60 0.18 6.44 0.65 1.06 0.53 0.00 u F- 1 lie Page 23 of 28 10 Year- Existing I Pipe Input Construct Northside Connector Engineer: GAR March, 2016 SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height ' . (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 1 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 E104-E105 548.00 711.43 0.16 706.97 0.10 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 E105-E167 184.00 706.87 0.00 705.01 1.60 1.86 1.0100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 4 E106-E107 12.00 684.31 0.00 684.24 0.00 0.07 0.5800 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 5 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E111-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E167-E168 186.00 703.41 0.00 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 10 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 1 0 10 Page 24 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR March, 2016 ' Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E103-E104 15.01 0 12:20 35.60 0.42 10.85 0.20 0.91 0.45 0.00 Calculated 2 E104-E105 31.82 0 12:20 37.00 0.86 8.51 1.07 1.79 0.71 0.00 Calculated 3 E105-E167 31.81 0 12:21 41.24 0.77 9.28 0.33 1.64 0.66 0.00 Calculated 4 E106-E107 33.63 0 12:29 31.33 1.07 7.30 0.03 2.50 1.00 15.00 SURCHARGED 5 E107-Outfall 1 33.75 0 12:29 139.61 0.24 11.96 0.13 1.16 0.33 0.00 Calculated 6 E110-E111 7.94 0 12:20 10.07 0.79 6.32 0.26 1.00 0.67 0.00 Calculated 7 E111-E112 7.93 0 12:20 15.38 0.52 8.77 0.50 0.76 0.51 0.00 Calculated 8 E112-E113 7.92 0 12:20 12.60 0.63 7.54 0.41 0.86 0.58 0.00 Calculated ' 9 E167-E168 43.54 0 12:21 147.45 0.30 10.21 0.30 1.48 0.37 0.00 Calculated 10 E168-E169 43.53 0 12:21 143.64 0.30 10.02 0.24 1.50 0.38 0.00 Calculated 11 IF 10 IL Page 25 of 28 10 Year - Existing Construct Northside Connector Engineer: GAR ' March, 2016 Storage Nodes Storage Node :Basin 1 Input Data Invert Elevation (ft)................................................................... 689.00 ' Max (Rim) Elevation (ft)........................................................... 699.50 Max (Rim) Offset (ft)................................................................ 10.50 Initial Water Elevation (ft)......................................................... 0.00 Initial Water Depth (ft)................................... :.......................... -689.00 Ponded Area (ft')..................................................................... 0.00 Evaporation Loss..................................................................... 0.00 Storage Area Volume Curves Storage Curve : Basin 1 ' Stage Storage Storage Area Volume (ft) (it') (ft') 0 2264 0.000 1 5383 3823.50 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 ' 6 16405 57226.50 7 19116 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 ' 10.5 32800 162415.50 ' Page 26 of 28 10 Year - Existing Construct Northside Connector 4.5 4 • 3.5 ' 3 Storage Area Volume Curves Storage Volume (ft'j 0 20,000 40,000 60,000 80,000 100,000 120,000 140,000 160.000 ------------ ------------ ------ —------------ ---- — — --- —-------------------------------- 10. ------ -----.------------ 10 ----------------------- ------------ — ----- ----------------- --- --------------- 9.5 -------------------- ------------ ----------------------- -------------------- 9 ----------------------------------------------- ------ ----------------- ---- 8 ----------- ----------- ------------------- 7.5 ---•-------- --------•----------- ---- - 7 ------------------------- ----- -------- --------- -------- -------- 6.5 ----------------------------- ----- --------- --------- ---------------------- 6 ------------ - 5 5 ------------ ----- --•--------- --------------------- ----------- ---------------------- 5 4. --------------------------------------- - --------- -------------- 3.5 - � 2 , '-- ------- - I-------------'------------'' —---------------------'------------•---------'--'---------�-' 7 -- ------------- ------ ---------- ---- - ------------ — - 5 ------------------------------------------- - - 5,000 10,000 15.000 20.000 25.000 30,000 Stoiage Aiea (f ) — Storage Area — Storage Volume w m ra N Engineer. GAR March, 2016 Page 27 of 28 10 Year- Existing Construct Northside Connector Storage Node : Basin 1 (continued) Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 694.82 5.82 10.00 1.00 3.33 Output Summary Results Peak Inflow (cfs)...................................................................... 50.54 Peak Lateral Inflow (cfs).......................................................... 7.80 Peak Outflow (cfs)................................................................... 37.78 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 695.96 Max HGL Depth Attained (ft)............... t................................... 6.96 Average HGL Elevation Attained (ft)........................................ 694.15 Average HGL Depth Attained (ft)............................................. 5.15 Time of Max HGL Occurrence (days hh:mm) .......................... 0 12:35 Total Exfiltration Volume (1000-f').......................................... 0.000 Total Flooded Volume (ac-in).................................................. 0 Total Time Flooded (min) ........................................................ 0 Total Retention Time (sec) ...................................................... 0.00 Engineer: GAR March, 2016 Page 28 of 28 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 � I Project Description File Name ......................................................... 15012-Post 10.SPF ' �roject Options Flow Units ........................................................ CFS Elevation Type ................................................. Elevation ' Hydrology Method ............................................ Time of Concentration (TOC) Method ............. SCS TR-55 SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods ........ NO Analysis Options Start Analysis On ............................................. Nov 17, 2015 End Analysis On ................................................ Start Reporting On ........................................... Nov 21, 2015 Nov 17, 2015 ' Antecedent Dry Days ....................................... 0 Runoff (Dry Weather) Time Step ..................... 0 01:00:00 Runoff (Wet Weather) Time Step .................... 0 00:05:00 Reporting Time Step ........................................ Routing Time Step ........................................... 0 00:05:00 30 1 Number of Elements Qty Rain Gages ...................................................... 1 ' Su b b a s i n s......................................................... 11 Nodes................................................................ 19 Junctions ................................................. 15 Outfalls.................................................... 3 Flow Diversions ....................................... 0 ' Inlets........................................................ 0 Storage Nodes ......................................... 1 Links.................................................................. 17 Channels................................................. 2 Pipes........................................................ Pumps..................................................... 13 0 Orifices.................................................... 0 Weirs....................................................... 2 Outlets ..................................................... 0 • Pollutants......................................................... 0 ' LandUses ........................................................ 0 Rainfall Details 10 00:00:00 00:00:00 00:00:00 days days hh:mm:ss days hh:mm:ss days hh:mm:ss seconds SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ID Source ID Type Units Period Depth Distribution (years) (inches) 1 Rain Gage-01 Time Series TS-03 Cumulative inches Virginia Frederick 10 4.90 SCS Type II 24-hr Page 1 of 36 10 Year - Developed Construct Northside Connector ' Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 5.69 68.95 4.90 1.88 0.89 9.39 0 00:28:46 2 1 B 3.77 74.00 4.90 2.29 0.72 7.80 0 00:28:21 3 1 C 2.58 75.00 4.90 2.37 0.51 5.09 0 00:32:39 4 ID 2.05 63.00 4.90 1.45 0.25 2.43 0 00:29:24 ' 5 1 E 1.38 75.80 4.90 2.44 0.28 4.63 0 00:10:27 6 IF 2.29 80.54 4.90 2.86 0.54 8.70 0 00:11:50 7 2A 7.18 82.41 4.90 3.03 1.81 16.94 0 00:36:48 8 2B 6.79 79.14 4.90 2.73 1.54 15.17 0 00:33:51 9 3 1.90 69.81 4.90 1.95 0.31 3.21 0 00:29:37 10 4 24.59 75.18 4.90 2.38 4.89 44.70 0 00:37:18 11 5 3.38 81.78 4.90 2.97 0.84 8.00 0 00:35:29 I* Engineer: GAR March, 2016 Page 2 of 36 10 Year - Developed I Node Summary Construct Northside Connector Engineer: GAR March, 2016 SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume ' • Attained Occurrence (ft) (ft) (ft) (ft) (ft2) (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 D1 Junction 711.38 716.10 0.00 0.00 0.00 8.68 712.25 0.00 3.85 0 00:00 0.00 0.00 2 D2 Junction 709.83 716.10 0.00 0.00 0.00 14.37 710.96 0.00 5.14 0 00:00 0.00 0.00 3 D3 Junction 708.75 719.50 0.00 0.00 0.00 24.30 710.00 '0.00 9.50 0 00:00 0.00 0.00 4 D4 Junction 706.53 720.00 0.00 0.00 0.00 51.81 708.76 0.00 11.24 0 00:00 0.00 0.00 5 E103 Junction 714.99 0.00 0.00 0.00 0.00 15.02 715.90 0.00 1.09 0 00:00 0.00 0.00 6 E104 Junction 711.27 715.63 0.00 0.00 0.00 31.90 713.22 0.00 2.41 0 00:00 0.00 0.00 7 E106 Junction 684.31 696.61 0.00 0.00 0.00 27.25 686.11 0.00 10.50 0 00:00 0.00 0.00 8 E107 Junction 684.24 699.55 0.00 0.00 0.00 27.25 686.04 0.00 13.51 0 00:00 0.00 0.00 ' 9 El 10 Junction 715.29 0.00 0.00 0.00 0.00 7.95 716.30 0.00 0.49 0 00:00 0.00 0.00 10 E111 Junction 713.69 718.76 0.00 0.00 0.00 7.94 715.38 0.00 3.38 0 00:00 0.00 0.00 11 E112 Junction 707.58 718.62 0.00 0.00 0.00 7.93 708.77 0.00 9.85 0 00:00 0.00 0.00 12 E113 Junction 704.89 0.00 0.00 0.00 0.00 7.92 705.75 0.00 1.14 0 00:00 0.00 0.00 I' 13 E167 Junction 703.40 719.49 0.00 0.00 0.00 51.77 705.05 0.00 14.44 0 00:00 0.00 0.00 14 E168 Junction 700.42 720.00 0.00 0.00 0.00 51.78 703.09 0.00 16.91 0 00:00 0.00 0.00 15 E169 Junction 699.00 0.00 0.00 0.00 0.00 51.76 700.66 0.00 2.34 0 00:00 0.00 0.00 16 Outfall 1 Outfall 682.43 27.25 683.48 17 Outfall2 Outfall 709.00 3.18 709.00 18 Outfall3 Outfall 690.00 52.06 690.24 ' 19 Basin 1 Storage Node 689.00 699.50 0.00 0.00 60.87 697.66 0.00 0.00 1 J lie Page 3 of 36 10 Yea &loped Link Summary SN Element ID Construct 0e Connector Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Node Elevation Elevation Ratio Peak Flow Total Time Reported Depth/ Surcharged Condition Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 D1-D2 Pipe D1 D2 290.00 711.38 709.93 0.5000 36.000 0.0130 8.54 47.16 0.18 5.08 0.86 0.29 0.00 Calculated 2 D2-D3 Pipe D2 D3 195.00 709.83 708.85 0.5000 36.000 0.0130 14.33 47.28 0.30 5.87 1.12 0.38 0.00 Calculated 3 D3-D4 Pipe D3 D4 175.00 708.75 707.00 1.0000 36.000 0.0130 24.24 66.70 0.36 8.69 1.25 0.42 0.00 Calculated 4 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 15.01 35.60 0.42 10.85 0.91 0.45 0.00 Calculated 5 E104-E105 Pipe E104 D4 548.00 711.43 706.97 0.8100 30.000 0.0130 31.82 37.00 0.86 8.51 1.79 0.71 0.00 Calculated 6 E105-E167 Pipe D4 E167 184.00 706.53 703.40 1.7000 42.000 0.0130 51.77 131.22 0.39 12.83 1.53 0.44 0.00 Calculated 7 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 27.25 31.33 0.87 7.18 1.80 0.72 0.00 Calculated 8 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 27.25 139.61 0.20 11.25 1.05 0.30 0.00 Calculated 9 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 7.94 10.07 0.79 6.32 1.00 0.67 0.00 Calculated 10 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400 18.000 0.0130 7.93 15.38 0.52 8.77 0.76 0.51 0.00 Calculated 11 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 7.92 12.60 0.63 7.54 0.86 0.58 0.00 Calculated 12 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 51.78 147.45 0.35 10.70 1.63 0.41 0.00 Calculated 13 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 51.76 143.64 0.36 10.50 1.65 0.41 0.00 Calculated 14 E113-OUT3 Channel E113 Outfall 3 560.00 704.89 690.00 2.6600 24.000 0.0700 7.79 238.00 0.03 1.36 0.24 0.12 0.00 15 E169-BASIN1 Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 51.71 235.60 0.22 6.73 1.13 0.57 0.00 16 Emergency Spillway Weir Basin 1 E107 689.00 684.24 0.00 17 Primary Spillway Weir Basin 1 E106 689.00 684.31 27.25 Wceer: GAR h, 2016 Page 4 of 36 10 Year - Developed Construct Northside Connector II' Subbasin Hydrology Subbasin : 1A I' • Input Data Area(ac)........................................................................ 5.69 i' Weighted Curve Number ............................................... 68.95 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 C 98.00 Paved parking & roofs 0.09 D 98.00 > 75 % grass cover, Good 3.44 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75% grass cover, Good 1.94 D 80.00 ' Paved parking & roofs 0.06 B 98.00 Composite Area & Weighted CN 5.69 68.95 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation: Tc = (0.007 * ((n * Lf)^0.8)) / ((P^0.5) * (Sf^0.4)) Where: Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) P = 2 yr, 24 hr Rainfall (inches) Sf =,Slope (ft/ft) ' Shallow Concentrated Flow Equation V = 16.1345 * (Sf^0.5) (unpaved surface) • V = 20.3282 * (Sf^0.5) (paved surface) V = 15.0 * (Sf^0.5) (grassed waterway surface) i' V = 10.0 * (Sf^0.5) (nearly bare & untilled surface) V = 9.0 * (Sf^0.5) (cultivated straight rows surface) V = 7.0 * (Sf^0.5) (short grass pasture surface) V = 5.0 * (Sf^0.5) (woodland surface) V = 2.5 * (Sf^0.5) (forest w/heavy litter surface) Tc = (Lf / V) / (3600 sec/hr) ' Where: I' Tc = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) Channel Flow Equation V = (1.49 * (R^(2/3)) * (Sf^0.5)) / n R =Aq/Wp Tc = (Lf / V) / (36Q0 sec/hr) Where ' Tc = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (ft) Wp = Wetted Perimeter (ft) V = Velocity (ft/sec) Sf = Slope (ft/ft) n = Manning's roughness 140 Engineer: GAR March, 2016 Page 5 of 36 10 Year - Developed Sheet Flow Computations Manning's Roughness Flow Length (ft) : Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness Flow Length (ft) Channel Slope (%) Cross Section Area (W) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................28.78 Construct Northside Connector Engineer: GAR March, 2016 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.7 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 27.21 0.00 0.00 Subarea Subarea Subarea A B C 265 0.00 0.00 9.8 0.00 0.00 Unpaved Unpaved Unpaved 5.05 0.00 0.00 0.87 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 4.2 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 6.28 0.00 0.00 0.70 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 1.88 Peak Runoff (cfs)........................................................... 9.39 Weighted Curve Number ............................................... 68.95 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:47 Page 6 of 36 10 Year - Developed Construct Northside Connector Subbasin : 1B Input Data Area(ac)........................................................................ 3.77 Weighted Curve Number ............................................... 74.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale A 3.77 - 74.00 Composite Area & Weighted CN 3.77 74.00 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) Computed Flow Time (min) Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness: Flow Length (ft) : Channel Slope (%) : Cross Section Area (ft') Wetted Perimeter (ft) : Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................28.35 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 3 0.00 0.00 3.00 0.00 0.00 0.10 0.00 0.00 26.08 0.00 0.00 Subarea Subarea Subarea A B C Engineer: GAR March, 2016 100 0.00 0.00 1 0.00 0.00 Unpaved Unpaved Unpaved 1.61 0.00 0.00 t 1.04 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 295 0.00 0.00 1 0.00 0.00 16 0.00 0.00 22.17 0.00 0.00 4.00 0.00 0.00 1.23 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.29 Peak Runoff (cfs)........................................................... 7.80 Weighted Curve Number ............................................... 74.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:21 Page 8 of 36 10 Year - Developed Construct Northside Connector Subbasin : 1C Input Data Area(ac)........................................................................ 2.58 Weighted Curve Number ............................................... 75.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale B 2.58 - 75.00 Composite Area & Weighted CN 2.58 75.00 Time of Concentration Subarea, Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 110 0.00 0.00 Slope (%) : 1.4 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 1.91 0.00 0.00 Computed Flow Time (min) : 0.96 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 245 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 16 0.00 0.00 Wetted Perimeter (ft) : 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.02 0.00 0,00 Total TOC (min) ..................32.66 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.37 Peak Runoff (cfs)........................................................... 5.09 Weighted Curve Number ............................................... 75.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:32:40 Engineer: GAR March, 2016 Page 10 of 36 � I II• LI u L 19 10 Year - Developed Construct Northside Connector Subbasin : 1D Input Data Area(ac)........................................................................ 2.05 Weighted Curve Number ............................................... 63.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale C 2.05 63.00 Composite Area & Weighted CN 2.05 63.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.10 0.00 0.00 Computed Flak Time (min) : 26.08 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 210 0.00 0.00 Slope (%) : 2.1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.34 0.00 0.00 Computed Flow Time (min) : 1.50 0.00 0.00 Subarea Subarea Subarea .Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : 395 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (W) : 10 0.00 0.00 Wetted Perimeter (ft) : 16.17 0.00 0.00 Velocity (ft/sec) : 3.61 0.00 0.00 Computed Flow Time (min) : 1.83 0.00 0.00 Total TOC (min) ..................29.41 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 1.45 Peak Runoff (cfs)........................................................... 2.43 Weighted Curve Number ............................................... 63.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:25 Engineer: GAR March, 2016 Page 12 of 36 10 Year- Developed Construct Northside Connector Subbasin : 1E Input Data Area(ac)........................................................................ 1.38 Weighted Curve Number ............................................... 75.80 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.17 B 98.00 Paved parking & roofs 0.06 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75% grass cover, Good 0.51 B 61.00 > 75% grass cover, Good 0.22 C 74.00 > 75% grass cover, Good 0.36 D 80.00 Composite Area & Weighted CN 1.38 75.80 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 45 0.00 0.00 Slope (%) : 4.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 8.46 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 370 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 6 0.00 0.00 Wetted Perimeter (ft) : 12.17 0.00 0.00 Velocity (ft/sec) : 3.10 0.00 0.00 Computed Flow Time (min) : 1.99 0.00 0.00 Total TOC (min) ..................10.45 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.44 Peak Runoff (cfs)............................ :.............................. 4.63 Weighted Curve Number ............................................... 75.80 Time of Concentration (days hh:mm:ss) ........................ 0 00:10:27 Engineer: GAR March, 2016 Page 14 of 36 10 Year - Developed Construct Northside Connector Subbasin : 1F Input Data Areahte...................ber............................................... 2.29 ' • Weighted Curve Number ............................................... 80.54 80.5 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 B 98.00 Paved parking & roofs 0.22 C 98.00 Paved parking & roofs > 75 % grass cover, Good 0.23 0.15 D B 98.00 61.00 > 75% grass cover, Good 0.76 C 74.00 > 75% grass cover, Good 0.90 D 80.00 Composite Area & Weighted CN 2.29 80.54 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.4 55 0.00 0.00 0.00 0.00 ' Slope (%) : 4 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) . 0.09 0.00 0.00 Computed Flow Time (min) : 10.42 Subarea 0.00 0.00 Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : Channel Slope (%) : 265 , 1 0.00 0.00 0.00 0.00 ' Cross Section Area (W) : 6 0.00 0.00 Wetted Perimeter (ft) : 12.17 0.00 0.00 Velocity (ft/sec) : 3.10 0.00 0.00 Computed Flow Time (min) : Total TOC (min) ..................11.84 1.42 0.00 0.00 . Subbasin Runoff Results ' Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.86 Peak Runoff (cfs)........................................................... 8.70 ' Weighted Curve Number ............................................... Time of Concentration (days hh:mm:ss) ........................ 80.54 0 00:11:50 L F r 10 Engineer: GAR March, 2016 Page 16 of 36 � I 16 F F 10 u 10 Year - Developed Construct Northside Connector Subbasin : 2A Input Data Area(ac)........................................................................ 7.18 Weighted Curve Number ............................................... 82.41 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75 % grass cover, Good 0.11 B 61.00 > 75 % grass cover, Good 2.53 C 74.00 > 75% grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) : Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Channel Flow Computations' Manning's Roughness Flow Length (ft) : Channel Slope (%) : Cross Section Area (ft2) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................36.81 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 1.5 0.00 0.00 3.00 0.00 0.00 0.07 0.00 0.00 34.42 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 440 0.00 0.00 1 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 3.07 0.00 0.00 2.39 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 3.03 Peak Runoff (cfs)........................................................... 16.94. Weighted Curve Number ............................................... 82.41 Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 Engineer: GAR March, 2016 u Page 18 of 36 10 Year - Developed Construct Northside Connector Subbasin : 2B Input Data Area(ac)........................................................................ 6.79 Weighted Curve Number ............................................... 79.14 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs 0.35 D 98.00 > 75% grass cover, Good 0.03 B 61.00 > 75% grass cover, Good 3.01 C 74.00 > 75% grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 250 0.00 0.00 Slope (%) : 3.2 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.89 0.00 0.00 Computed Flow Time (min) : 1.44 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 320 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 1.74 0.00 0.00 Total TOC (min) ..................33.86 Subbasin Runoff Results _ Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.73 Peak Runoff (cfs)........................................................... 15.17 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 II I10 Engineer: GAR March, 2016 O Page 20 of 36 10 Year - Developed Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 1.90 Weighted Curve Number ............................................... 69.81 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number > 75 % grass cover, Good 1.01 B 61.00 > 75 % grass cover, Good 0.03 C 74.00 > 75% grass cover, Good 0.86 D 80.00 Composite Area & Weighted CN 1.90 69.81 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (fUsec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type: Velocity (fUsec) Computed Flow Time (min) : Total TOC (min) ..................29.63 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.3 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 29.01 0.00 0.00 Subarea Subarea Subarea A B C 165 0.00 0.00 7.6 0.00 0.00 Unpaved Unpaved Unpaved 4.45 0.00 0.00 0.62 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 1.95 Peak Runoff (cfs)........................................................... 3.21 Weighted Curve Number ............................................... 69.81 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:38 Engineer: GAR March, 2016 Page 22 of 36 10 Year- Developed Construct Northside Connector ' Subbasin : 4 Input Data Area (ac)........................................................................ 24.59 lie Weighted Curve Number ............................................... 75.18 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Paved parking & roofs 0.81 C 98.00 Paved parking & roofs 0.81 D 98.00 > 75 % grass cover, Good > 75 % grass cover, Good 0.42 8.67 - B C 61.00 74.00 ' > 75% grass cover, Good 8.83 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good 0.56 C 70.00 ' Woods, Good Composite Area & Weighted CN 1.37 24.59 D 77.00 75.18 Time of Concentration ' Sheet Flow Computations Subarea A Subarea B Subarea C Manning's Roughness: 0.6 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 4.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 ' Computed Flow Time (min) : 30.15 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations Flow Length (ft) : A 620 B C 0.00 0.00 Slope (%) : 1.8 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.16 0.00 0.00 Computed Flow Time (min) : 4.78 0.00 0.00 ' Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 550 0.00 0.00 Channel Slope (%) : 1.6 0.00 0.00 ' Cross Section Area (ft2) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.88 0.00 0.00 Computed Flow Time (min) : 2.36 0.00 0.00 ' Total TOC (min) ..................37.30 Subbasin Runoff Results Total Rainfall (in)............................................................ 4,90 Total Runoff (in)............................................................. 2.38 Peak Runoff (cfs)........................................................... 44.70 ' Weighted Curve Number ............................................... Time of Concentration (days hh:mm:ss) ........................ 75.18 0 00:37:18 lie Engineer: GAR March, 2016 Page 24 of 36 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Subbasin : 5 Input Data Area(ac)........................................................................ 3.38 Weighted Curve Number ............................................... 81.78 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75 % grass cover, Good 1.31 C 74.00 > 75% grass cover, Good 1.30 D 80.00 Composite Area & Weighted CN 3.38 81.78 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type: Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness Flow Length (ft) Channel Slope (%) Cross Section Area (W) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................35.49 Subarea A Subarea Subarea B C 0.4 0.00 0.00 150 0.00 0.00 1.7 0.00 0.00 3.00 0.00 0.00 0.08 0.00 0.00 32.74 0.00 0.00 Subarea Subarea Subarea A B C 40 0.00 0.00 1.7 0.00 0.00 Unpaved Unpaved Unpaved 2.10 0.00 0.00 0.32 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 425 0.00 0.00 0.9 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 2.91 0.00 0.00 2.44 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 4.90 Total Runoff (in)............................................................. 2.97 Peak Runoff (cfs)........................................................... 8.00 Weighted Curve Number ............................................... 81.78 Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 Page 26 of 36 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover 10 (ft) (ft) (ft) (ft) (ft) (ft) (ft) (k') (in) 1 D1 711.38 716.10 4.72 0.00-711.38 0.00 -716.10 0.00 0.00 2 D2 709.83 716.10 6.27 0.00-709.83 0.00 -716.10 0.00 0.00 3 D3 708.75 719.50 10.75 0.00-708.75 0.00 -719.50 0.00 0.00 4 D4 706.53 720.00 13.47 0.00-706.53 0.00 -720.00 0.00 0.00 ' 5 E103 714.99 0.00 -714.99 0.00-714.99 0.00 0.00 0.00 0.00 6 E104 711.27 715.63 4.36 0.00-711.27 0.00 -715.63 0.00 0.00 7 E106 684.31 696.61 12.30 0.00-684.31 0.00 -696.61 0.00 0.00 8 E107 684.24 699.55 15.31 0.00-684.24 0.00 -699.55 0.00 0.00 9 E110 715.29 0.00 -715.29 0.00-715.29 0.00 0.00 0.00 0.00 i' 10 Ell 713.69 718.76 5.07 0.00-713.69 0.00 -718.76 0.00 0.00 11 E112 707.58 718.62 11.04 0.00-707.58 0.00 -718.62 0.00 0.00 12 E113 704.89 0.00 -704.89 0.00-704.89 0.00 0.00 0.00 0.00 13 E167 703.40 719.49 16.09 0.00-703.40 0.00 -719.49 0.00 0.00 14 E168 700.42 720.00 19.58 0.00-700.42 0.00 -720.00 0.00 0.00 ' 15 E169 699.00 0.00 -699.00 0.00-699.00 0.00 0.00 0.00 0.00 lie Page 28 of 36 10 Year - Developed Construct Northside Connector I' Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume lie Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 D1 8.68 8.68 712.25 0.87 0.00 3.85 711.41 0.03 0 12:05 0 00:00 0.00 0.00 2 D2 14.37 5.88 710.96 1.13 0.00 5.14 709.96 0.13 0 12:05 0 00:00 0.00 0.00 3 D3 24.30 12.74 710.00 1.25 0.00 9.50 708.89 0.14 0 12:10 0 00:00 0.00 0.00 4 D4 51.81 0.00 708.76 2.23 0.00 11.24 707.06 0.53 0 12:20 0 00:00 0.00 0.00 5 E103 15.02 15.02 715.90 0.91 0.00 1.09 715.02 0.03 0 12:20 0 00:00 0.00 0.00 6 E104 31.90 16.89 713.22 1.95 0.00 2.41 711.81 0.54 0 12:20 0 00:00 0.00 0.00 7 E106 27.25 0.00 686.11 1.80 0.00 10.50 684.40 0.09 0 12:42 0 00:00 0.00 0.00 8 E107 27.25 0.00 686.04 1.80 0.00 13.51 684.33 0.09 0 12:42 0 00:00 0.00 0.00 ' 9 El 10 7.95 7.95 716.30 1.01 0.00 0.49 715.33 0.04 0 12:20 0 00:00 0.00 0.00 10 E111 7.94 0.00 715.38 1.69 0.00 3.38 714.42 0.73 0 12:20 0 00:00 0.00 0.00 11 E112 7.93 0.00 708.77 1.19 0.00 9.85 708.04 0.46 0 12:20 0 00:00 0.00 0.00 12 E113 7.92 0.00 705.75 0.86 0.00 1.14 704.92 0.03 0 12:20 0 00:00 0.00 0.00 13 E167 51.77 0.00 705.05 1.65 0.00 14.44 703.48 0.08 0 12:16 0 00:00 0.00 0.00 ' 14 E168 51.78 0.00 703.09 2.67 0.00 16.91 701.52 1.10 0 12:16 0 00:00 0.00 0.00 15 E169 51.76 0.00 700.66 1.66 0.00 2.34 699.07 0.07 0 12:16 0 00:00 0.00 0.00 lie Engineer: GAR March, 2016 Page 29 of 36 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses ' Losses Flow Gate Elevation Offset Elevation Offset ' (ft) 0 (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No 10 Page 30 of 36 10 Year - Developed Construct Northside Connector ' Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E113-OUT3 7.79 0 12:24 238.00 0.03 1.36 6.86 0.24 0.12 0.00 2 E169-BASIN1 51.71 0 12:17 235.60 0.22 6.73 0.62 1.13 0.57 0.00 � I � I II � I 10 Engineer: GAR March, 2016 I Page 31 of 36 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameteror Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 1 D1-D2 290.00 711.38 0.00 709.93 0.10 1.45 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 D2-D3 195.00 709.83 0.00 708.85 0.10 0.98 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 D3-D4 175.00 708.75 0.00 707.00 0.47 1.75 1.0000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 4 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 5 E104-E105 548.00 711.43 0.16 706.97 0.44 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E105-E167 184.00 706.53 0.00 703.40 0.00 3.13 1.7000 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E106-E107 12.00 684.31 0.00 684.24 0.00 0.07 0.5800 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 10 E111-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 11 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 12 E167-E168 186.00 703.41 0.01 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 13 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 Lj 1 u �10 ' Page 32 of 36 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 D1-D2 8.54 0 12:06 47.16 0.18 5.08 0.95 0.86 0.29 0.00 Calculated 2 D2-D3 14.33 0 12:06 47.28 0.30 5.87 0.55 1.12 0.38 0.00 Calculated 3 D3-D4 24.24 0 12:11 66.70 0.36 8.69 0.34 1.25 0.42 0.00 Calculated 4 E103-E104 15.01 0 12:20 35.60 0.42 10.85 0.20 0.91 0.45 0.00 Calculated 5 E104-E105 31.82 0 12:20 37.00 0.86 8.51 1.07 1.79 0.71 0.00 Calculated 6 E105-E167 51.77 0 12:16 131.22 0.39 12.83 0.24 1.53 0.44 0.00 Calculated 7 E106-E107 27.25 0 12:42 31.33 0.87 7.18 0.03 1.80 0.72 0.00 Calculated 8 E107-Outfall 1 27.25 0 12:42 139.61 0.20 11.25 0.14 1.05 0.30 0.00 Calculated 9 E110-E111 7.94 0 12:20 10.07 0.79 6.32 0.26 1.00 0.67 0.00 Calculated 10 E111-E112 7.93 0 12:20 15.38 0.52 8.77 0.50 0.76 0.51 0.00 Calculated 11 E112-E113 7.92 0 12:20 12.60 0.63 7.54 0.41 0.86 0.58 0.00 Calculated 12 E167-E168 51.78 0 12:16 147.45 0.35 10.70 0.29 1.63 0.41 0.00 Calculated 13 E168-E169 51.76 0 12:16 143.64 0.36 10.50 0.23 1.65 0.41 0.00 Calculated Page 33 of 36 10 Year- Developed Construct Northside Connector iStorage Nodes Node : Basin 1 iStorage . Input Data Invert Elevation (ft)................................................................... 689.00 Max (Rim) Elevation(ft) 699.50 i Max (Rim) Offset (ft) .... ............................................................ ... 10.50 Initial Water Elevation (ft) ......................................................... 0.00 Initial Water Depth (ft).............................................................. -689.00 Ponded Area (ftz)..................................................................... 0.00 Evaporation Loss..................................................................... 0.00 Storage Area Volume Curves Storage Curve : Basin 1 i Stage Storage Storage Area Volume (ft) (ft') (ft') 0 2264 0.000 1 5383 3823.50 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 i 6 7 16405 19116 57226.50 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 i10.5 32800 162415.50 i • i i i 1 Engineer: GAR March, 2016 Page 34 of 36 10 Year - Developed Construct Northside Connector Storage Area Volume Curves ' • Stoiage Volume (ft) 0 20,000 40.000 60,000 80,000 '100,000 120.000 140.000 160.000 ------------ --- — ------------------ -------- 10. -------- - ---- - ------ 10 ----,_ .--------.----------r — ---------,----------,--.. - ------------ 9.5 ------------ •------------•------------ ---------- ---- -- 8 —------- 5 ------- --------- ------ ---- ------------------ -------- -------- 6 ----------------- ---------------------- -------- -------- - 5.5 ---------- ------------------------ ------------ ----------- -- 5 — ------------ ------------ ------------ ----- — ----- A 5 ------------------------- ---- 4 3. 0 5 -- 5,000 10,000 15,000 20,000 25,000 30,000 Storage Area (ff-) — Storage Area — Storage Volume w d v� m fA Engineer. GAR March, 2016 Page 35 of 36 10 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 1 Storage Node : Basin 1 (continued) Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge 1 • ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 695.82 6.82 5.00 1.00 3.33 Output Summary Results Peak Inflow (cfs)...................................................................... Peak Lateral Inflow (cfs)....%..................................................... 60.87 9.33 1 Peak Outflow (cfs)................................................................... 27.25 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 697.66 . Max HGL Depth Attained (ft) .................................................... Average HGL Elevation Attained (ft)........................................ 8.66 695.06 695. 1 ...................................... Average HGL Depth Attained (ft) ............................................. 6.06 Time of Max HGL Occurrence (days hh:mm) .......................... 0 12:42 Total Exfiltration Volume (1000-ft3).......................................... 0.000 Total Flooded Volume (ac-in) Total Time Flooded (min) ....... 0 0 1 Total Retention Time (sec) .... .................................................. ... 0.00 1 1 i� �1 1 1 1 1 1 1 L1 �r . 1 Page 36 of 36 100 Year - Developed Construct Northside Connector ' Project Description File Name ................:........................................ 15012-Post 100.SPF �roject Options Flow Units ........................................................ CFS Elevation Type ................................................. Elevation Hydrology Method ............................................ SCS TR-55 Time of Concentration (TOC) Method ............. SCS TR-55 Link Routing Method ........................................ Kinematic Wave Enable Overflow Ponding at Nodes ................. YES Skip Steady State Analysis Time Periods ........ NO Analysis Options Start Analysis On ............................................. Nov 17, 2015 00:00:00 End Analysis On ............................................... Start Reporting On ....................................:...... Nov 21, 2015 Nov 17, 2015 00:00:00 00:00:00 Antecedent Dry Days ....................................... 0 days Runoff (Dry Weather) Time Step ..................... 0 01:00:00 days hh:mm:ss Runoff (Wet Weather) Time Step .................... 0 00:05:00 days hh:mm:ss Reporting Time Step ........................................ 0 00:05:00 days hh:mm:ss Routing Time Step ........................................... 30 seconds Number of Elements aty Rain Gages ...................................................... 1 ' Su b b a s i n s......................................................... 11 Nodes................................................................ 19 Junctions ................................................. 15 OuNalls.................................................... 3 Flow Diversions ....................................... 0 ' Inlets........................................................ 0 Storage Nodes ......................................... 1 Links.................................................................. 17 Channels................................................. 2 Pipes........................................................ Pumps..................................................... 13 0 Orifices.................................................... 0 Weirs....................................................... 2 Outlets .........................................:........... 0 Pollutants......................................................... • 0 LandUses ........................................................ 0 Rainfall Details SN Rain Gage Data Data Source Rainfall Rain State County Return Rainfall Rainfall ID Source ID Type Units Period Depth Distribution (years) (Inches) 1 Rain Gage-01 Time Series TS-04 Cumulative inches Virginia Frederick 100 6.90 SCS Type II 24-hr 140 Engineer: GAR March, 2016 Page 1 of 36 100 Year - Developed Construct Northside Connector ' Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Curve Rainfall Runoff Runoff Runoff Concentration Number Volume (ac) (in) (in) (ac-ft) (cfs) (days hh:mm:ss) 1 1A 5.69 68.95 6.90 3.43 1.62 17.55 0 00:28:46 2 1 B 3.77 74.00 6.90 3.96 1.24 13.63 0 00:28:21 3 IC 2.58 75.00 6.90 4.06 0.87 8.81 0 00:32:39 4 ID 2.05 63.00 6.90 2.83 0.48 5.06 0 00:29:24 ' 5 1 E 1.38 75.80 6.90 4.15 0.48 7.83 0 00:10:27 6 IF 2.29 80.54 6.90 4.66 0.89 14.01 0 00:11:50 7 2A 7.18 82.41 6.90 4.87 2.91 26.97 0 00:36:48 8 2B 6.79 79.14 6.90 4.51 2.55 25.12 0 00:33:51 9 3 1.90 69.81 6.90 3.52 0.56 5.93 0 00:29:37 ' 10 4 24.59 75.18 6.90 4.08 8.36 77.43 0 00:37:18 11 5 3.38 81.78 6.90 4.80 1.35 12.84 0 00:35:29 I* Engineer: GAR March, 2016 Page 2 of 36 100 Year - Developed INode Summary Construct Northside Connector Engineer: GAR March, 2016 TO u 1 0 140 SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 D1 Junction 711.38 716.10 0.00 0.00 ' 0.00 13.99 712.50 0.00 3.60 0 00:00 0.00 0.00 2 D2 Junction 709.83 716.10 0.00 0.00 0.00 24.60 711.37 0.00 4.73 0 00:00 0.00 0.00 3 D3 Junction 708.75 719.50 0.00 0.00 0.00 42.13 710.48 0.00 9.02 0 00:00 0.00 0.00 4 D4 Junction 706.53 720.00 0.00 0.00 0.00 81.89 709.47 0.00 10.53 0 00:00 0.00 0.00 5 E103 Junction 714.99 0.00 0.00 0.00 0.00 24.80 716.22 0.00 0.77 0 00:00 0.00 0.00 6 E104 Junction 711.27 715.63 0.00 0.00 0.00 51.75 715.63 0.00 0.00 0 12:20 3.59 24.00 7 E106 Junction 684.31 696.61 0.00 0.00 0.00 36.37 696.61 0.00 0.00 0 12:29 2.12 40.00 8 E107 Junction 684.24 699.55 0.00 0.00 0.00 66.31 686.74 0.00 12.81 0 00:00 0.00 0.00 9 E110 Junction 715.29 0.00 0.00 0.00 0.00 12.74 716.79 0.00 0.00 0 12:20 0.55 21.00 10�E111 Junction 713.69 718.76 0.00 0.00 0.00 10.83 715.88 0.00 2.88 0 00:00 0.00 0.00 11 E112 Junction 707.58 718.62 0.00 0.00 0.00 10.69 708.93 0.00 9.69 0 00:00 0.00 0.00 12 E113 Junction 704.89 0.00 0.00 0.00 0.00 10.57 705.94 0.00 0.95 0 00:00 0.00 0.00 13 E167 Junction 703.40 719.49 0.00 0.00 0.00 81.82 705.54 0.00 13.95 0 00:00 0.00 0.00 14 E168 Junction 700.42 720.00 0.00 0.00 0.00 81.68 703.58 0.00 16.42 0 00:00 0.00 0.00 15 E169 Junction 699.00 0.00 0.00 0.00 0.00 81.35 701.16 0.00 1.84 0 00:00 0.00 0.00 16 Outfall 1 Outfall 682.43 66.31 684.13 17 Outfall 2 Outfall 709.00 5.91 709.00 18 Outfall 3 Outfall 690.00 87.41 690.29 19 Basin 1 Storage Node 689.00 699.50 0.00 0.00 97.43 698.71 0.00 0.00 Page 3 of 36 100 Ye Construct Connector GAR *eloped Oe , 2016 ep Link Summary SN Element Element From To (Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/ Peak Flow Peak Flow Peak Flow Total Time Reported ID_ Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Condition Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) (%) (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 DI-D2 Pipe D1 D2 290.00 711.38 709.93 0.5000 36.000 0.0130 13.85 47.16 0.29 5.82 1.11 0.37 0.00 Calculated 2 D2-D3 Pipe D2 D3 195.00 709.83 708.85 0.5000 36.000 0.0130 24.52 47.28 0.52 6.75 1.52 0.51 0.00 Calculated 3 D3-D4 Pipe D3 D4 175.00 708.75 707.00 1.0000 36.000 0.0130 42.11 66.70 0.63 9.98 1.73 0.58 0.00 Calculated . 4 E103-E104 Pipe E103 E104 130.00 714.99 711.77 2.4800 24.000 0.0130 24.79 35.60 0.70 12.24 1.23 0.61 0.00 Calculated 5 E104-E105 Pipe E104 D4 548.00 711.43 706.97 0.8100 30.000 0.0130 40.01 37.00 1.08 9.00 2.50 1.00 20.00 SURCHARGED 6 E105-E167 Pipe D4 E167 184.00 706.53 703.40 1.7000 42.000 0.0130 81.82 131.22 0.62 14.38 1.98 0.57 0.00 Calculated 7 E106-E107 Pipe E106 E107 12.00 684.31 684.24 0.5800 30.000 0.0130 33.76 31.33 1.08 7.29 2.50 1.00 23.00 SURCHARGED 8 E107-Outfall 1 Pipe E107 Outfall 1 94.00 684.24 682.43 1.9300 42.000 0.0130 66.31 139.61 0.47 14.32 1.70 0.49 0.00 Calculated 9 E110-E111 Pipe E110 E111 99.00 715.29 714.38 0.9200 18.000 0.0130 10.83 10.07 1.08 6.60 1.50 1.00 16.00 SURCHARGED 10 E111-E112 Pipe E111 E112 265.00 713.69 708.01 2.1400 18.000 0.0130 10.69 15.38 0.70 9.49 0.89 0.61 0.00 Calculated 11 E112-E113 Pipe E112 E113 187.00 707.58 704.89 1.4400 18.000 0.0130 10.57 12.60 0.84 8.05 1.02 0.70 0.00 Calculated 12 E167-E168 Pipe E167 E168 186.00 703.41 701.45 1.0500 48.000 0.0130 81.68 147.45 0.55 12.05 2.10 0.53 0.00 Calculated 13 E168-E169 Pipe E168 E169 142.00 700.42 699.00 1.0000 48.000 0.0130 81.35 143.64 0.57 11.80 2.13 0.54 0.00 Calculated 14 E113-OUT3 Channel E113 Outfall3 560.00 704.89 690.00 2.6600 24.000 0.0700 10.40 238.00 0.04 1.53 0.29 0.14 0.00 15 E169-BASIN1 Channel E169 Basin 1 250.00 699.00 689.00 4.0000 24.000 0.0300 81.27 235.60 0.34 7.56 1.32 0.67 0.00 16 Emergency Spillway Weir Basin 1 E107 689.00 684.24 34.98 17 Primary Spillway Weir Basin 1 E106 689.00 684.31 36.37 Page 4 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR ' March, 2016 Subbasin Hydrology Subbasin : 1A Input Data Area(ac)........................................................................ 5.69 Weighted Curve Number ............................................... 68.95 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 C 98.00 Paved parking & roofs 0.09 D 98.00 > 75% grass cover, Good 3.44 B 61.00 > 75% grass cover, Good 0.13 C 74.00 > 75% grass cover, Good 1.94 D 80.00 Paved parking & roofs 0.06 B 98.00 Composite Area & Weighted CN 5.69 68.95 Time of Concentration TOC Method: SCS TR-55 Sheet Flow Equation : Tc = (0.007 * ((n * Lf)A0.8)) / ((PA0.5) ` (SfA0.4)) Where: Tc = Time of Concentration (hr) n = Manning's roughness Lf = Flow Length (ft) P = 2 yr, 24 hr Rainfall (inches) Sf = Slope (ft/ft) Shallow Concentrated Flow Equation V = 16.1345 * (SfA0.5) (unpaved surface) V = 20.3282 * (SfA0.5) (paved surface) V = 15.0 * (SfA0.5) (grassed waterway surface) V = 10.0 * (SfA0.5) (nearly bare & untilled surface) V = 9.0 * (SfA0.5) (cultivated straight rows surface) V = 7.0 * (SfA0.5) (short grass pasture surface) V = 5.0 * (SfA0.5) (woodland surface) V = 2.5 * (SfA0.5) (forest w/heavy litter surface) Tc = (Lf / V) / (3600 sec/hr) Where Tc = Time of Concentration (hr) Lf = Flow Length (ft) V = Velocity (fUsec) Sf = Slope (ft/ft) Channel Flow Equation V = (1.49 * (RA(2/3)) * (SfA0.5)) / n R =Aq/Wp Tc = (Lf / V) / (3600 sec/hr) Where: Tc = Time of Concentration (hr) Lf = Flow Length (ft) R = Hydraulic Radius (ft) Aq = Flow Area (ft2) Wp = Wetted Perimeter (ft) V = Velocity (fUsec) Sf = Slope (ft/ft) n = Manning's roughness Page 5 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Channel Flow Computations Manning's Roughness Flow Length (ft) : Channel Slope (%) : Cross Section Area (ft2) Wetted Perimeter (ft) Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................28.78 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.7 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 27.21 0.00 0.00 Subarea Subarea Subarea A B C 265 0.00 0.00 9.8 0.00 0.00 Unpaved Unpaved Unpaved 5.05 0.00 0.00 0.87 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 4.2 0.00 0.00 4 0.00 0.00 8.25 0.00 0.00 6.28 0.00 0.00 0.70 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 3.43 Peak Runoff (cfs)........................................................... 17.55 Weighted Curve Number ............................................... 68.95 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:47 Page 6 of 36 100 Year - Developed Construct Northside Connector ' Subbasin : 1B Input Data Area (ac)........................................................................ 3.77 ' • Weighted Curve Number ............................................... 74.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve ' Soil/Surface Description (acres) Group Number Dry Swale A 3.77 - 74.00 Composite Area & Weighted CN 3.77 74.00 ' Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: Flow Length (ft) : 0.4 150 0.00 0.00 0.00 0.00 ' Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.10 0.00 0.00 Computed Flow Time (min) : 26.08 0.00 0.00 ' Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 100 0.00 0.00 Slope (%) : Surface Type: 1 Unpaved 0.00 0.00 Unpaved Unpaved Velocity (ft/sec) : 1.61 0.00 0.00 Computed Flow Time (min) : 1.04 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C ' Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 295 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross'Section Area (ft2) : 16 0.00 0.00 I' Wetted Perimeter (ft) : 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.23 0.00 0.00 • Total TOC (min) ..................28.35 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 3.96 ' Peak Runoff (cfs)........................................................... 13.63 Weighted Curve Number ............................................... 74.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:28:21 10 Engineer: GAR March, 2016 Page 8 of 36 100 Year - Developed Construct Northside Connector Subbasin : 1C Input Data Area(ac)........................................................................ 2.58 Weighted Curve Number ............................................... 75.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale B 2.58 - 75.00 Composite Area & Weighted CN 2.58 75.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 110 0.00 0.00 Slope (%) : 1.4 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (f/sec) : 1.91 0.00 0.00 Computed Flow Time (min) : 0.96 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 245 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (ft2) : 16 0.00 0.00 Wetted Perimeter (ft) : 22.17 0.00 0.00 Velocity (ft/sec) : 4.00 0.00 0.00 Computed Flow Time (min) : 1.02 0.00 0.00 Total TOC (min) ..................32.66 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 4.06 Peak Runoff (cfs)........................................................... 8.81 Weighted Curve Number ............................................... 75.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:32:40 Engineer: GAR March, 2016 Page 10 of 36 100 Year - Developed Construct Northside Connector Subbasin : 1D Input Data Area(ac)........................................................................ 2.05 Weighted Curve Number ............................................... 63.00 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Dry Swale C 2.05 - 63.00 Composite Area & Weighted CN 2.05 63.00 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 3 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.10 0.00 0.00 Computed Flow Time (min) : 26.08 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 210 0.00 0.00 Slope (%) : 2.1 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.34 0.00 0.00 Computed Flow Time (min) : 1.50 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 395 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 Cross Section Area (W) : 10 0.00 0.00 Wetted Perimeter (ft) : 16.17 0.00 0.00 Velocity (ft/sec) : 3.61 0.00 0.00 Computed Flow Time (min) : 1.83 0.00 0.00 Total TOC (min) ..................29.41 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 2.83 Peak Runoff (cfs)........................................................... 5.06 Weighted Curve Number ............................................... 63.00 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:25 Engineer: GAR March, 2016 Page 12 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 16 I'I 10 Subbasin : 1E Input Data Area(ac)........................................................................ 1.38 Weighted Curve Number ............................................... 75.80 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.17 B 98.00 Paved parking & roofs 0.06 C 98.00 Paved parking & roofs 0.06 D 98.00 > 75% grass cover, Good 0.51 B 61.00 > 75% grass cover, Good 0.22 C 74.00 > 75 % grass cover, Good 0.36 D 80.00 Composite Area & Weighted CN 1.38 75.80 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 45 0.00 0.00 Slope (%) : 4.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.09 0.00 0.00 Computed Flow Time (min) : 8.46 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 370 0.00 0.00 Channel Slope (%) : 1 0.00 . 0.00 Cross Section Area (ft') : 6 0.00 0.00 Wetted Perimeter (ft) : 12.17 0.00 0.00 Velocity (ft/sec) : 3.10 0.00 0.00 Computed Flow Time (min) : 1.99 0.00 0.00 Total TOC (min) ..................10.45 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 4.15 PeakRunoff (cfs)........................................................... 7.83 Weighted Curve Number ............................................... 75.80 Time of Concentration (days hh:mm:ss) ........................ 0 00:10:27 Page 14 of 36 100 Year - Developed Construct Northside Connector Subbasin : 1F Input Data Area(ac)........................................................................ 2.29 Weighted Curve Number ............................................... 80.54 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.03 B 98.00 Paved parking & roofs 0.22 C 98.00 Paved parking & roofs 0.23 D 98.00 > 75% grass cover, Good 0.15 B 61.00 > 75 % grass cover, Good 0.76 C 74.00 > 75 % grass cover, Good 0.90 D 80.00 Composite Area & Weighted CN 2.29 80.54 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Channel Flow Computations Manning's Roughness Flow Length (ft) : Channel Slope (%) Cross Section Area (W) Wetted Perimeter (ft): Velocity (ft/sec) : Computed Flow Time (min) : Total TOC (min) ..................11.84 Subarea Subarea Subarea A B C 0.4 0.00 0.00 55 0.00 0.00 4 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 10.42 0.00 0.00 Subarea Subarea Subarea A B C 0.03 0.00 0.00 265 0.00 0.00 1 0.00 0.00 6 0.00 0.00 12.17 0.00 0.00 3.10 0.00 0.00 1.42 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 4.66 Peak Runoff (cfs)........................................................... 14.01 Weighted Curve Number ............................................... 80.54 Time of Concentration (days hh:mm:ss) ........................ 0 00:11:50 100 Year - Developed i Construct Northside Connector Subbasin : 2A Input Data Area (ac)........................................................................ 7.18 • Weighted Curve Number ...............................'................ 82.41 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.84 C 98.00 Paved parking & roofs 0.96 D 98.00 > 75% grass cover, Good > 75 % grass cover, Good 0.11 2.53 B C 61.00 74.00 ' > 75% grass cover, Good 2.62 D 80.00 Paved parking & roofs 0.12 B 98.00 Composite Area & Weighted CN 7.18 82.41 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 ' Slope (%) : 1.5 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.07 0.00 0.00 Computed Flow Time (min) : 34.42 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness : 0.03 0.00 0.00 Flow Length (ft) : Channel Slope (%) : 440 1 0.00 0.00 0.00 0.00 ' Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : Total TOC (min) ..................36.81 2.39 0.00 0.00 • Subbasin Runoff Results ' Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 4.87 Peak Runoff (cfs)........................................................... 26.97 Weighted Curve Number ............................................... 82.41 ' Time of Concentration (days hh:mm:ss) ........................ 0 00:36:49 I* r Engineer: GAR March, 2016 IJ Page 18 of 36 100 Year - Developed Construct Northside Connector ' Subbasin : 2B Input Data Areahte...................ber............................................... 6.79 ' • Weighted Curve Number ............................................... 79.1 79.14 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.10 B 98.00 Paved parking & roofs 0.26 C 98.00 Paved parking & roofs 0.35 D 98.00 > 75 % grass cover, Good 0.03 B 61.00 > 75 % grass cover, Good 3.01 C 74.00 > 75 % grass cover, Good 3.04 D 80.00 Composite Area & Weighted CN 6.79 79.14 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : Flow Length (ft) : 0.4 150 0.00 0.00 0.00 0.00 ' Slope (%) : 2 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.68 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 250 0.00 0.00 Slope (%) : Surface Type: 3.2 Unpaved 0.00 0.00 Unpaved Unpaved ' Velocity (ft/sec) : 2.89 0.00 0.00 Computed Flow Time (min) : 1.44 0.00 0.00 Channel Flow Computations Subarea A Subarea Subarea B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 320 0.00 0.00 Channel Slope (%) : 1 0.00 0.00 • Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 ' Velocity (ft/sec) : 3.07 0.00 0.00 Computed Flow Time (min) : 1.74 0.00 0.00 Total TOC (min) ..................33.86 ' Subbasin Runoff Results Total Rainfall (in)............................................................ Total Runoff (in)............................................................. 6.90 4.51 ' Peak Runoff (cfs)........................................................... 25.12 Weighted Curve Number ............................................... 79.14 Time of Concentration (days hh:mm:ss) ........................ 0 00:33:52 r 10 Engineer: GAR March, 2016 Page 20 of 36 100 Year - Developed Construct Northside Connector Subbasin : 3 Input Data Area(ac)........................................................................ 1,90 Weighted Curve Number ............................................... 69.81 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number > 75% grass cover, Good 1.01 B 61.00 > 75% grass cover, Good 0.03 C 74.00 > 75% grass cover, Good 0.86 D 80.00 Composite Area & Weighted CN 1.90 69.81 Time of Concentration Sheet Flow Computations Manning's Roughness: Flow Length (ft) Slope (%) : 2 yr, 24 hr Rainfall (in) Velocity (ft/sec) : Computed Flow Time (min) : Shallow Concentrated Flow Computations Flow Length (ft) Slope (%) : Surface Type Velocity (ft/sec) Computed Flow Time (min) : Total TOC (min) ..................29.63 Subarea Subarea Subarea A B C 0.4 0.00 0.00 150 0.00 0.00 2.3 0.00 0.00 3.00 0.00 0.00 0.09 0.00 0.00 29.01 0.00 0.00 Subarea Subarea Subarea A B C 165 0.00 0.00 7.6 0.00 0.00 Unpaved Unpaved Unpaved 4.45 0.00 0.00 0.62 0.00 0.00 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 3.52 Peak Runoff (cfs)........................................................... 5.93 Weighted Curve Number ............................................... 69.81 Time of Concentration (days hh:mm:ss) ........................ 0 00:29:38 u Engineer: GAR March, 2016 Page 22 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR ' March, 2016 Subbasin : 4 Input Data 16 U r 11 1 0 �10 Area(ac)........................................................................ 24.59 Weighted Curve Number ............................................... 75.18 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.81 C 98.00 Paved parking & roofs 0.81 D 98.00 > 75% grass cover, Good 0.42 B 61.00 > 75% grass cover, Good 8.67 C 74.00 > 75% grass cover, Good 8.83 D 80.00 Woods, Good 3.12 B 55.00 Woods, Good 0.56 C 70.00 Woods, Good 1.37 D 77.00 Composite Area & Weighted CN 24.59 75.18 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness : 0.6 0.00 0.00 Flow Length (ft) : 150 0.00 • 0.00 Slope (%) : 4.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 30.15 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 620 0.00 0.00 Slope (%) : . 1.8 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.16 0.00 0.00 Computed Flow Time (min) : 4.78 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 550 0.00 0.00 Channel Slope (%) : 1.6 0.00 0.00 Cross Section Area (ft') : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 3.88 0.00 0.00 Computed Flow Time (min) : 2.36 0.00 0.00 Total TOC (min) ..................37.30 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 4.08 Peak Runoff (cfs)........................................................... 77.43 Weighted Curve Number ............................................... 75.18 Time of Concentration (days hh:mm:ss) ........................ 0 00:37:18 Page 24 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 � I 10 1 10 Subbasin : 5 Input Data Area(ac)........................................................................ 3.38 Weighted Curve Number ............................................... 81.78 Rain Gage ID................................................................. Rain Gage-01 Composite Curve Number Area Soil Curve Soil/Surface Description (acres) Group Number Paved parking & roofs 0.39 C 98.00 Paved parking & roofs 0.38 D 98.00 > 75% grass cover, Good 1.31 C 74.00 > 75% grass cover, Good 1.30 D 80.00 Composite Area & Weighted CN 3.38 81.78 Time of Concentration Subarea Subarea Subarea Sheet Flow Computations A B C Manning's Roughness: 0.4 0.00 0.00 Flow Length (ft) : 150 0.00 0.00 Slope (%) : 1.7 0.00 0.00 2 yr, 24 hr Rainfall (in) : 3.00 0.00 0.00 Velocity (ft/sec) : 0.08 0.00 0.00 Computed Flow Time (min) : 32.74 0.00 0.00 Subarea Subarea Subarea Shallow Concentrated Flow Computations A B C Flow Length (ft) : 40 0.00 0.00 Slope (%) : 1.7 0.00 0.00 Surface Type: Unpaved Unpaved Unpaved Velocity (ft/sec) : 2.10 0.00 0.00 Computed Flow Time (min) : 0.32 0.00 0.00 Subarea Subarea Subarea Channel Flow Computations A B C Manning's Roughness: 0.03 0.00 0.00 Flow Length (ft) : 425 0.00 0.00 Channel Slope (%) : 0.9 0.00 0.00 Cross Section Area (W) : 4 0.00 0.00 Wetted Perimeter (ft) : 8.25 0.00 0.00 Velocity (ft/sec) : 2.91 0.00 0.00 Computed Flow Time (min) : 2.44 0.00 0.00 Total TOC (min) ..................35.49 Subbasin Runoff Results Total Rainfall (in)............................................................ 6.90 Total Runoff (in)............................................................. 4.80 Peak Runoff (cfs)........................................................... 12.84 Weighted Curve Number ............................................... 81.78 Time of Concentration (days hh:mm:ss) ........................ 0 00:35:29 Page 26 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover ' (ft) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 D1 711.38 716.10 4.72 0.00 -711.38 0.00 -716.10 0.00 0.00 2 D2 709.83 716.10 6.27 0.00 -709.83 0.00 -716.10 0.00 0.00 3 D3 708.75 719.50 10.75 0.00 -708.75 0.00 -719.50 0.00 0.00 4 D4 706.53 720.00 13.47 0.00 -706.53 0.00 -720.00 0.00 0.00 5 E103 714.99 0.00 -714.99 0.00 -714.99 0.00 0.00 0.00 0.00 6 E104 711.27 715.63 4.36 0.00 -711.27 0.00 -715.63 0.00 0.00 7 E106 684.31 696.61 12.30 0.00 -684.31 0.00 -696.61 0.00 0.00 8 E107 684.24 699.55 15.31 0.00 -684.24 0.00 -699.55 0.00 0.00 9 E110 715.29 0.00 -715.29 0.00 -715.29 0.00 0.00 0.00 0.00 ' 10 E111 713.69 718.76 5.07 0.00 -713.69 0.00 -718.76 0.00 0.00 11 E112 707.58 718.62 11.04 0.00 -707.58 0.00 -718.62 0.00 0.00 12 E113 704.89 0.00 -704.89 0.00 -704.89 0.00 0.00 0.00 0.00 13 E167 703.40 719.49 16.09 0.00 -703.40 0.00 -719.49 0.00 0.00 14 E168 700.42 720.00 19.58 0.00 -700.42 0.00 -720.00 0.00 0.00 ' 15 E169 699.00 0.00 -699.00 0.00 -699.00 0.00 0.00 0.00 0.00 I,* Page 28 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 ' Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow . Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume • Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 D1 13.99 13.99 712.50 1.12 0.00 3.60 711.42 0.04 0 12:05 0 00:00 0.00 0.00 2 D2 24.60 10.79 711.37 1.54 .0.00 4.73 709.97 0.14 0 12:05 0 00:00 0.00 0.00 3 D3 42.13 22.27 710.48 1.73 0.00 9.02 708.90 0.15 0 12:10 0 00:00 0.00 0.00 ' 4 D4 81.89 0.00 709.47 2.94 0.00 10.53 707.08 0.55 0 12:11 0 00:00 0.00 0.00 5 E103 24.80 24.80 716.22 1.23 0.00 0.77 715.04 0.05 0 12:20 0 00:00 0.00 0.00 6 E104 51.75 26.96 715.63 4.36 0.00 0.00 711.83 0.56 0 12:08 0 12:20 3.59 24.00 7 E106 36.37 0.00 696.61 12.30 0.00 0.00 684.49 0.18 0 12:16 0 12:29 2.12 40.00 8 E107 66.31 0.00 686.74 2.50 0.00 12.81 684.35 0.11 0 12:22 0 00:00 0.00 0.00 ' 9 E110 12.74 12.74 716.79. 1.50 0.00 0.00 715.34 0.05 0 12:09 0 12:20 0.55 21.00 10 E111 10.83 0.00 715.88 2.19 0.00 2.88 714.43 0.74 0 12:12 0 00:00 0.00 0.00 11 E112 10.69 0.00 708.93 1.35 0.00 9.69 708.05 0.47 0 12:28 0 00:00 0.00 0.00 12 E113 10.57 0.00 705.94 1.05 0.00 0.95 704.93 0.04 0 12:28 0 00:00 0.00 0.00 13 E167 81.82 0.00 705.54 2.14 0.00 13.95 703.50 0.10 0 12:11 0 00:00 0.00 0.00 ' 14 E168 81.68 0.00 703.58 3.16 0.00 16.42 701.54 1.12 0 12:11 0 00:00 0.00 0.00 15 E169 81.35 0.00 701.16 2.16 0.00 1.84 699.09 0.09 0 12:11 0 00:00 0.00 0.00 lie Page 29 of 36 C� 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset ' • (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 E113-OUT3 560.00 704.89 0.00 690.00 0.00 14.89 2.6600 Rectangular 2.000 24.000 0.0700 0.5000 0.5000 0.0000 0.00 No 2 E169-BASIN1 250.00 699.00 0.00 689.00 0.00 10.00 4.0000 Triangular 2.000 24.000 0.0300 0.5000 0.5000 0.0000 0.00 No L I 10 Page 30 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth ' Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 E113-OUT3 10.40 0 12:31 238.00 0.04 1.53 6.10 0.29 0.14 0.00 2 E169-BASIN1 81.27 0 12:11 235.60 0.34 7.56 0.55 1.32 0.67 0.00 10 Page 31 of 36 100 Year- Developed Construct Northside Connector Engineer: GAR March, 2016 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap No. of ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Barrels Elevation Offset Elevation Offset Height ' • (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 1 D1-D2 290.00 711.38 0.00 709.93 0.10 1.45 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 2 D2-D3 195.00 709.83 0.00 708.85 0.10 0.98 0.5000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 3 D3-D4 175.00 708.75 0.00 707.00 0.47 1.75 1.0000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 4 E103-E104 130.00 714.99 0.00 711.77 0.50 3.22 2.4800 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 ' 5 E104-E105 548.00 711.43 0.16 706.97 0.44 4.46 0.8100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 6 E105-E167 184.00 706.53 0.00 703.40 0.00 3.13 1.7000 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 7 E106-E107 12.00 684.31 0.00 684.24 _0.00 0.07 0.5800 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 8 E107-Outfall 1 94.00 684.24 0.00 682.43 0.00 1.81 1.9300 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 9 E110-E111 99.00 715.29 0.00 714.38 0.69 0.91 0.9200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 10 Ell 1-E112 265.00 713.69 0.00 708.01 0.43 5.68 2.1400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 11 E112-E113 187.00 707.58 0.00 704.89 0.00 2.69 1.4400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 12 E167-E168 186.00 703.41 0.01 701.45 1.03 1.96 1.0500 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 13 E168-E169 142.00 700.42 0.00 699.00 0.00 1.42 1.0000 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 1 i1 0 10 Page 32 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Pipe Results 10 1:1 n I* SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 D1-D2 13.85 0 12:05 47.16 0.29 5.82 0.83 1.11 0.37 0.00 Calculated 2 D2-D3 24.52 0 12:06 47.28 0.52 6.75 0.48 1.52 0.51 0.00 Calculated 3 D3-D4 42.11 0 12:10 66.70 0.63 9.98 0.29 1.73 0.58 0.00 Calculated 4 E103-E104 24.79 0 12:20 35.60 0.70 12.24 0.18 1.23 0.61 0.00 Calculated 5 E104-E105 40.01 0 12:11 37.00 1.08 9.00 1.01 2.50 1.00 20.00 SURCHARGED 6 E105-E167 81.82 0 12:11 131.22 0.62 14.38 0.21 1.98 0.57 0.00 Calculated 7 E106-E107 33.76 0 12:22 31.33 1.08 7.29 0.03 2.50 1.00 23.00 SURCHARGED 8 E107-Outfall 1 66.31 0 12:29 139.61 0.47 14.32 0.11 1.70 0.49 0.00 Calculated 9 E110-E111 10.83 0 12:27 10.07 1.08 6.60 0.25 1.50 1.00 16.00 SURCHARGED 10 E111-E112 10.69 0 12:28 15.38 0.70 9.49 0.47 0.89 0.61 0.00 Calculated 11 E112-E113 10.57 0 12:28 12.60 0.84 8.05 0.39 1.02 0.70 0.00 Calculated 12 E167-E168 81.68 0 12:11 147.45 0.55 12.05 0.26 2.10 0.53 0.00 Calculated 13 E168-E169 81.35 0 12:11 143.64 0.57 11.80 0.20 2.13 0.54 0.00 Calculated Page 33 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR March, 2016 Storage Nodes Storage Node: Basin 1 lie Input Data Invert Elevation (ft)................................................................... 689.00 Max (Rim) Elevation (ft)........................................................... 699.50 Max (Rim) Offset (ft)................................................................ 10.50 Initial Water Elevation (ft)......................................................... 0.00 Initial Water Depth (ft)...............................................................689.00 Ponded Area (W)..................................................................... 0.00 Evaporation Loss..................................................................... 0.00 Storage Area Volume Curves Storage Curve : Basin 1 Stage Storage Storage Area Volume (ft) (ft') (ft') 0 2264 0.000 1 5383 3823.50 2 7378 10204.00 3 9566 18676.00 4 11630 29274.00 5 13935 42056.50 6 16405 57226.50 ' 7 19116 74987.00 8 22203 95646.50 9 25605 119550.50 10 29150 146928.00 ' 10.5 32800 162415.50 10 Page 34 of 36 100 Year - Developed Construct Northside Connector 1 Storage Area Volume Curves • Storage Volume Ift'I 0 20,N0 40,000 60,000 00,000 100.000 120.000 140,N0 160,N0 10.5------------------ ------------ ---- ------ ------ — ------------------------- 10.5 r1e --------- ------------- ------------------ --- --- - .--- ---- — — -- ------ 10 , 9.5 4 ------------ ------------- ------ — — ------------ — --- - ----------- - 9.5 ' 9 ----------------------------- ------------;---------- ------- ------------------- 9 6.5 ------------ ------------ ------------ -----------------------; - - ---------------- --- - 0.5 r ----- ---------------- ------ , s • 7.5 --- ---------- --------- ------ •----------------------- 7.5 r-__ --- --------------- ---------------------- 6.6 —----------------- ------------- --------I- ----------------------- ---------------------- 6.5 6----------- — 6 5.5----------------- - --- ---- --- — --- --------- ---------------- 5.5 rm d vs CO « 5--------------------------^-------------------- ------------------------ -------------------------' 5 r N H 4.5---------- --------- -- ---- -------- 4.6 r-------------------------------------------- - 3.5 '------------------------ - ---------;----------- ----------- ----------- ----------------- - 3.5 • r--------- ---------------------- ----------- --------- - r2.5 — ---•------------------------ -- 2.5 „ 1 ---- - ------------ ------------ ` ----------- ------------ I ---------- --------- ----------- "--.I ' 0.6 ---- - --------- --------- --------------------i---------------------------------- - 0.5 0 0 6,000 10.000 15.000 20,000 25,000 30,000 Storage Area (ft') - Storage Area - Storage Volume 10 Engineer: GAR March, 2016 I Page 35 of 36 100 Year - Developed Construct Northside Connector Engineer: GAR Storage Node: Basin 1 (continued) March, 2016 Outflow Weirs SN Element Weir Flap Crest Crest Length Weir Total Discharge • ID Type Gate Elevation Offset Height Coefficient (ft) (ft) (ft) (ft) 1 Emergency Spillway Rectangular No 697.79 8.79 12.00 1.00 3.33 2 Primary Spillway Rectangular No 695.82 6.82 5.00 1.00 3.33 Output Summary Results Peak Inflow (ofs)...................................................................... Peak Lateral Inflow (cfs).......................................................... 97.43 17.54 ' Peak Outflow (cfs)................................................................... 71.35 Peak Exfiltration Flow Rate (cfm)............................................ 0.00 Max HGL Elevation Attained (ft).............................................. 698.71 Max HGL Depth Attained (ft)................................................... Average HGL Elevation Attained (ft)........................................ 9.71 695.15 Average HGL Depth Attained (ft)............................................. 6.15 Time of Max HGL Occurrence (days hh:mm) .......................... 0 12:29 Total Exfiltration Volume (1000-ft3).......................................... 0.000 Total Flooded Volume (ac-in) Total Time Flooded (min) .... ... 0 0 ' ...............................................:.. Total Retention Time (sec) .... ... 0.00 I III Page 36 of 36 M M M M M M M = M r r M = M ENEROBALANCE METHOD CONSTRUCT NORPSIDE CONNECTOR ENGINRR: GAR DATE: MARCH 2O16 Equation 11.13. "Energy" Balance of Pre- and Post -Development Runoff Conditions Developed Condition Runoff (Peak Flow Rate * Folusne) < Pre -Developed Condition Runoff (Peak Flow Rate * Folume) VRRM runoff reduction is included in these computations, consistent with DEQ guidance for Channel and Flood Protection, Chapter 11. OUTFALL #1 Peak Flow Rate Runoff Volume Total Product Design Storm Pre (CFS) Post (CFS) Pre (AC -FT) Post (AC -FT) Pre Post Ratio Pass/ Fail 1 0.8 0.5 0.41 0.18 0.33 0.09 0.27 Pass 2 3.1 1.9 1.16 1.04 3.60 1.98 0.55 Pass 10 33.0 27.2 4.40 4.88 145.20 132.74 0.91 Pass OUTFALL #2 Peak Flow Rate Runoff Volume Total Product Design Storm Pre (CFS) Post (CFS) Pre (AC -FT) Post (AC -FT) Pre Post Ratio Pass/ Fail 1 1.8 0.6 0.20 0.07 0.36 0.04 0.11 Pass 2 2.9 1.0 0.31 0.11 0.90 0.11 0.12 Pass 10 8.4 3.2 0.82 0.31 6.89 0.99 0.14 Pass OUTFALL #3 Peak Flow Rate Runoff Volume Total Product Design Storm Pre (CFS) Post (CFS) Pre AC -FT Post (AC -FT) Pre Post Ratio Pass/ Fail 1 13.5 13.1 1.67 1.62 22.55 21.22 0.94 Pass 2 20.7 20.1 2.44 2.37 50.51 47.64 0.94 Pass 10 53.4 52.1 5.86 5.72 312.92 298.01 0.95 Pass 15012 - Energy Balance.xlsx 1/1 5 W&M m m m m m =4rm m m = = mEbm 5 10 n Section #5 — Drainage Area Maps L u 10 ool 1001, 1 / �100, 7. zz If ----------- -------- - / / \ I I _ I / \-------' -^ I I / I I 8 ' 4 11 NOTES: ((( 9 8 --"A \ 1. DRAINAGE AREAS IR AND E ARE OUTSIDE OF THE PROJECT SITE BUT STILL CONTRIBUTE 8 � ". � /' 4 DRAINAGE TO THEIR RESPECTIVE OUTFACES. 2. THE SCS TR-55 METHOD WAS USED TO DETERMINE THE DISCHARGE RATES FOR THE VARIOUS DESIGN STORMS. HYDROLOGIC DATA - EXISTING DRAINAGE AREA HSG IMPERVIOUS COVER GRASS, GOOD CONDITION WOODS, GOOD CONDITION TOTAL CONTRIBUTING DRAINAGE AREA WEIGHTED CN TIME OF CONCENTRATION 1 YEAR STORM EVENT DISCHARGE 2 YEAR STORM EVENT DISCHARGE 10 YEAR STORM EVENT DISCHARGE A B C D A - B --- C - D A B C D CN 98 98 98 98 39 81 74 80 30 55 70 77 DRAINAGE AREA 1A 0.00 0.00 0,02 0.01 000 3 DO 0.13 1.76 0.00 0.00 0.00 0.00 4.94 fib 29 MIN 1.3 CFS 2.3 CFS 7 8 CFS DRAINAGE AREA 1S 0.00 0.10 0.29 0.38 0-00 4.85 0.78 3,29 0.00 0.00 0.00 0.00 969 71 48 MIN 2 5 CFS 4.3 CFS 12A CFS DRAINAGE AREA 2A 0.00 0.12 0.84 0.96 0.00 0.11 2.53 2.62 0.00 0.00 0.DO 0.00 7.15 82 37 MIN 5.5 CFS 7 7 CFS 16.9 CFS DRAINAGE AREA 2B 0.00 0-10 0.26 0.35 0.00 0.03 101 3.04 0.00 0.00 0.00 0.00 679 79 34 MIN 4.4 CFS 6.5 CFS 15.0 CFS DRAINAGE AREA 3 0.00 0,00 0,07 0,06 0,00 1,81 0.83 1.87 0.00 000 0.00 0.00 4,64 72 30 MIN 1.8 CFS 2.9 CFS 8A CFS DRAINAGE AREA 0.00 0,07 0,83 0.83 0.00 0.39 8.91 9.09 0.00 3,12 0.56 1.37 25.16 75 37 MIN 11.1CFS 17.5CFS 16.0 CFS DRAINAGE AREAS 0.00 0.00 0.39 0.38 0.00 0.00 1,31 1,311 0.00 0.00 0,00 0.00 3.38 82 35 MIN 26CFS 36 CFS BA CFS OUTFALLI O.6CFS 2S CFS 32.0 CFS OUTFALL 2 IS CFS 2.9 CFS 8.4 CFS OUTFALL 3 13.5 CFS 20.7 CFS 53A CFS LEGEND PgNT GF WTFAIL gNP1Y515 --30 r---N OVERLNJD FIgN i SHALLO.NCWCENTRATEDFLON CHANNELRE 1- DRAINAGE -A OW N- IMPER-.HSGS MpERV W S. HSG H� - IMPER-S. HSG GD GRASS. HSG8 GRASS, HSG" - FOREST. HSG5 - FOREST. HSG6 - FO -. HSG Col 100 0 100 200 SCALE 1ti100' FEET \ APELMNARY- DO NOT USE FOR CONS7RUC77ON I I� /Illlllll►,� 'I i 1 / l _ _ _ _ _ --- - 1 \\� \ lw AN 1 I \ 1. DRAINAGE AREAS 18 AND 2B ARE OUTSIDE OF THE PROJECT SITE BUT STILL CONTRIBUTE DRAINAGE TO THEIR RESPECTIVE OUTFALLS. 2. THE SCS TR-55 METHOD WAS USED TO DETERMINE THE DISCHARGE RATES FOR THE VARIOUS \ 1 1 DESIGN STORMS HYDROLOGIC DATA - DEVELOPED DRAINAGE HISO AREA CN IMPERVIOUS COVER GRASS, GOOD CONDITION WOODS, GOOD CONDITION TOTAL CONTRIBUTING DRAINAGEARFA WEIGHTED CN TIME OF CONCENTRATION 1 YEAR STORM EVENT DISCHARGE 2 YEAR STORM EVENT DISCHARGE 10 YEAR STORM EVENT DISCHARGE A B C D A B C D A B C D 98 98 98 98 79 &1 74 80 70 58 70 77 DRAINAGE AREA IA 0.00 0.06 0.03 009 0.00 3.44 0.13 1.94 000 0,00 0.00 0.00 569 69 29 MIN 1.6 CFS 28 CFS 9.3 CFS DRAINAGE AREA I 0.00 0.40 0.14 0.37 0.00 1.33 OAI 1,42 0.00 0.00 0.00 0.00 3.77 77 28 MIN 1.3CFS 2.5 CFS 7.8 CFS DRAINAGE AREA IC 0.00 0.07 0-15 0,10 0.00 0.82 0A8 1.08 0.00 0.00 0.00 0.00 2.58 77 33 MIN 0.9 CFS 1.7 CFS 5.0 CFS DRAINAGE AREA 1D 0.00 0.17 0.00 0.00 0.00 1,82 0.D0 0.06 000 0.00 0,00 0,00 2.05 65 29 MIN 0A CFS 0.3 CFS 2.4 CFS DRAINAGE AREA IE 0,00 0.17 005 ODD 0.00 0.51 022 1 0.36 0.00 0.00 0.00 0.00 1,38 76 IOMIN 1.2 CFS 1.9 CFS 4.6 CFS DRAINAGE AREA IF 0.00 0.03 0.22 0.23 0.00 0.15 076 0,90 0.D0 0.00 0.00 0.D0 1 229 81 12 MIN 2.7 CFS 3.9 CFS 8.7 CFS DRAINAGE AREA 2A 0.00 0,12 0.94 0.96 0.00 0.11 2.53 282 0.00 1 0.00 0.00 0-00 7.18 82 37 MIN 5.5 CFS 7.7 CFS 18.9 CFS DRAINAGE AREA 2B 0.00 0.10 0,26 0.35 0,00 0.03 3,01 3,04 0.00 0.00 0.00 0.00 6.79 79 34 MIN 4.4 CFS 6.5 CFS 15.O CFS DRAINAGE AREA 3 0,00 ODD 0.00 0.00 0,00 1.01 0.03 0.86 0.00 0.00 OVO 0,00 1.90 70 30 MIN 0.6 CFS 1.0 CFS 3.2 CFS DRAINAGE AREA 0.00 0.D0 0.81 0.01 0.00 0A2 8.67 8.83 0.DO 3.12 0.56 1.37 24.59 75 37 MIN 10.8CFS 16.9 CFS 447 CFS DRAINAGE AREA 0,00 000 0.39 0,38 000 0,00 1.31 1.30 0.00 000 0,00 O,OO 3.38 82 35 MIN 2.6 CFS 3B CFS 8.0 CFS OUTFALL 1 1.1 CFS 4.8 CFS 33.1 CFS OUTFALL 2 0.8 CFS 1.0 CFS 3.2 CFS OUTFALL 3 13-1 CFS 20.1 CFS 52A CFS \ LEGEND PANT OF OUIFALL ANKY515 OVERIANDFLd i SH4LQ CONCENTR-D FLAN �,)t .... � CHANNEl1ZED RON DRNNA -BOUNDARY iMPERNp13. HGG B iMZZR S, NSG BID - iMPERN0U5. HGG O,D GRASS. HSGB GRASS, NSG BD - oRAss. HSG pn - FOREST.HSGB - FOREST. HSG BIO - FOREST. HSO pD VRRM AREA 100 0 100 20D SCALE: 1' 14W HPEUM/NARY- DO NOT USE FORCOAMuc7KJN DRAINAGE AREA MAP - DEVELOPED WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA DELTA AIRPORT EXHIBIT CONSULTANTS, INC. w..2 .dellaG po t c RAWN BY: GAR SCALE: 1' = IMy 1ECKED BY: ADS DATE: MARCH 2O16 11 GBC binder stay with site plan #13-16 Delta Airport Connector 90% REVIEW MARCH 2O16 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS CONSTRUCT NORTHSIDE CONNECTOR WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA AIP PROJECT NO. 3-51-0059-033-2015 (DESIGN) AIP PROJECT NO. 3-51-0059-PENDING (CONSTRUCTION) DOAV PROJECT NO. CF0059-33 (DESIGN) DOAV PROJECT NO. CF0059-PENDING (CONSTRUCTION) PREPARED FOR: WINCHESTER REGIONAL AIRPORT AUTHORITY REGIpNq` ci -o SERVING THE TOP OF VIRGINIA / DELTA AIRPORT coNsuLrANrs, Inc. 3540 N Progress Ave, Suite 101 Harrisburg, Pennsylvania 17110 Delta Project No. 15012 TABLE OF CONTENTS Countyof Frederick, VA........................................................................................................ General Terms & Instructions to Bidders................................................................................................. I POTerms & Conditions............................................................................................................................ I �j ■ Invitation To Bid............................................................................................................................................ Pre -Bid Meeting..............................................................................................................:............................iii i ... BidderQuestion Form.................................................................................................................................. v Electronic File Release Agreement.............................................................................................................vii Part 1 — General Provisions........................................................................................................................... I Section 10 Definition of Terms................................................................................................................. I Section 20 Proposal Requirements and Conditions 7 Section 30 Award and Execution of Contract......................................................................................... I I Section40 Scope of Work......................................................................................................................15 Section50 Control of Work....................................................................................................................19 Section 60 Control of Materials..............................................................................................................25 Section 70 Legal Regulations and Responsibility to Public................................................................... 31 Section 80 Execution and Progress.........................................................................................................39 Section 90 Measurement and Payment................................................................................................... Section 100 Contractor Control Program 47 55 Quality ................................................................................... Section105 Mobilization........................................................................................................................61 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL)........... 63 ISection 200 Federally Required Contract Provisions For Airport Improvement Program ........................... 1 SpecialProvisions.........................................................................................................................................1 Part 2 —Earthwork . . 7 ItemP-100 Mobilization...........................................................................................................................7 ItemP-150 Demolition.............................................................................................................................9 Item P-152 Excavation, Subgrade, and Embankment............................................................................. I I ItemP-154 Subbase Course.................................................................................................................21 Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control ....................27 Part4 — Rigid Base Courses....................................................................................................................... 35 Item P-304 Cement -Treated Base Course...............................................................................................35 Part 5 — Flexible Surface Courses............................................................................................................... 45 � I Item P-401 Hot Mix Asphalt (HMA) Pavements...................................................................................45 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) .......................... 69 Item P-405 Ground Stabilization Fabric................................................................................................. 89 Part7 — Miscellaneous................................................................................................................................ 91 Item M-103 Closed Runway and Taxiway Markers...............................................................................91 Item M-107 Aviation Barricades............................................................................................................93 Item P-610 Structural Portland Cement Concrete................................................................................... 95 Item P-620 Runway and Taxiway Marking..........................................................................................105 Part8 — Fencing........................................................................................................................................ 111 ItemF-162 Chain -Link Fence...............................................................................................................111 Part9 — Drainage...................................................................................................................................... 117 Item D-701 Pipe for Storm Drains and Culverts...................................................................................117 Item D-705 Pipe Underdrains for Airports...........................................................................................125 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes.......................................................131 Part10 — Turfing....................................................................................................................................... 137 ItemT-901 Seeding...............................................................................................................................137 ItemT-908 Mulching............................................................................................................................143 Part11 — Lighting Installation..................................................................................................................147 Item L-108 Underground Power Cable for Airports.............................................................................147 Item L-110 Airport Underground Electrical Duct Banks and Conduits...............................................161 Item L-115 Electrical Manholes and Junction Structures.....................................................................169 Item L-125 Installation Of Airport Lighting Systems..........................................................................177 Part12 — Roadway....................................................................................................................................181 ItemR-605 VA Dry Swales..................................................................................................................181 Item R-606 VA Soil Retention Coverings............................................................................................183 ProposalForm...............................................................................................................................................1 Proposal........................................................................................................................................................ 3 BidBond.....................................................................................................................................................35 Contract.........................................................................................................................................................1 PerformanceBond........................................................................................................................................ 5 Laborand Material Payment Bond...............................................................................................................7 Warrantyof Construction........................................................................................................................... I I Lienand Claims Release.............................................................................................................................13 Certificate of Substantial Completion.........................................................................................................15 Certificateof Final Acceptance..................................................................................................................17 I Appendix A — Storm Water Pollution Prevention Plan SWPPP pp ( ) Appendix B — Sample Submittal Form Appendix C — Construction Safety & Phasing Plan (CSPP) H 1 �I 11 1 t REVISED: 4/4/2013 Appendix A Page 1 of 10 COUNTY OF FREDERICK COMMONWEALTH OF VIRGiNIA GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS (Vendor: The general rules and conditions which follow apply to all purchases and become a definite part of each formal solicitation and resulting contract award issued by the County of Frederick, VA, unless otherwise specified. Bidders or their authorized representatives are expected to inform themselves fully as to the conditions, requirements, and specifications before submitting bids; failure to do so will be at the bidder's own risk and relief cannot be secured on the plea of error.) Subject to all State and local laws, policies, resolutions, and regulations and all accepted rules, regulations and limitations imposed by legislation of the Federal Government, bids on all solicitations issued by the County of Frederick, VA will bind bidders to applicable conditions and requirements herein set forth unless otherwise specified in the solicitation. 1. AUTHORITY -The County has the sole responsibility and authority for negotiating, placing and when necessary modifying every solicitation, contract and purchase order issued by the County of Frederick, VA. The County Finance Director serves as the County Purchasing Agent. In the discharge of these responsibilities, one or more representatives of the County department or of the entity for which the purchase is being made may assist the County Purchasing Agent. Unless specifically delegated by the County, no other County officer or employee is authorized to order supplies or services, enter into purchase negotiations or contracts, or in any way obligate the government of the County of Frederick, VA for an indebtedness. Any purchase ordered or contract made which is contrary to these provisions and authorities shall be of no effect and void and the County shall not be bound thereby. 2. DEFINITIONS - AGENCY: Any Department, Agency, Authority, Commission, Board or other unit in the Administrative Service of the County. BEST VALUE: As predetermined in the solicitation, means the overall combination of quality, price, and various elements of required services that in total are optimal relative to a public body's needs. BID: The offer of a bidder to provide specific goods or services at specified prices and/or other conditions specified in the solicitation. The term "bid" will be used throughout this document and shall be construed to mean "proposal" where appropriate. BIDDER/OFFEROR: Any individual, company, firm, corporation, partnership or other organization bidding on solicitations issued by the Purchasing Agent and offering to enter into contracts with the County. The term "bidder" will be used throughout this document and shall be construed to mean "offeror" where appropriate. CONSULTANT SERVICES: Any type of services required by the County, but not furnished by its own employees, which is in its nature so unique that it should be obtained by competitive negotiation on the basis of demonstrated competence and qualification for the type of service required and at fair and reasonable compensation, rather than by competitive sealed bidding. CONTRACTOR: Any individual, company, firm, corporation, partnership or other organization to whom an award is made by the County. COUNTY: County of Frederick, VA GOODS: All material, equipment, supplies, printing, and automated data process ing/information technology hardware and software. INFORMALITY: A minor defect or variation of a bid or proposal from the exact requirements of the invitation to bid or the request for proposal which does not affect the price, quality, quantity or delivery schedule for the goods, services or construction being procured. INVITATION FOR BID (IFB): A request which is made to prospective suppliers (bidders) for their quotation on goods or services desired by the County. The issuance of an IFB will contain or incorporate by reference the specifications and contractual terms and conditions applicable to the procurement. PROFESSIONAL SERVICES: Any type of professional service performed by an independent contractor within the practice of accounting, actuarial services, architecture, dentistry, land surveying, landscape architecture, law, medicine, optometry, pharmacy, or professional engineering (which shall be procured as set forth in the Code of Virginia §2.2-4301 in the definition of competitive negotiation at paragraph 3 (a), and in conformance with the Frederick County Purchasing Policy). REQUEST FOR PROPOSAL (RFP): A request for an offer from prospective offerors which will indicate the general terms which are sought to be procured from the offeror. The RFP will specify the evaluation factors to be used and will contain or incorporate by reference other contractual terms and conditions applicable to the procurement. RESPONSIBLE BIDDER/OFFEROR: An individual, company, firm, corporation, partnership or other organization having the capability in all respects to perform fully the contract requirements, and also having the moral and business integrity and reliability which will assure good faith performance, and having been prequalified, if required. RESPONSIVE BIDDER/OFFEROR: An individual, company, firm, corporation, partnership or other organization having submitted a bid which conforms in all material respects to the invitation for bid or request for proposal. SERVICES: Any work performed by an independent contractor wherein the service rendered does not consist primarily of acquisition of equipment or materials, or the rental of equipment, materials and supplies. SOLICITATION: The process of notifying prospective bidders that the Carty wishes to receive bids on a set of requirements to provide goods or services. The notification of County requirements may consist of public advertising (newspaper, County Web Site, or other electronic notification), the mailing of Notices of Solicitation, Invitation for Bid (IFB) or Request for Proposal (RFP), the public posting of notices. ISTATE: Commonwealth of Virginia. REVISED: 4/4/2013 Appendix A Page 2of10 CONDITIONS OF BIDDING...,,...._,,...,_ 3. BiD FORMS -Unless otherwise specified in the solicitation, all bids shall be submitted on the forms provided, properly signed in ink in the proper spaces and submitted in a sealed envelope. Should the bid prices and/or any other submissions differ on the copy of the submitted bid, the ORIGINAL copy shall prevail. 4. LATE BIDS & MODIFICATIONS OF BIDS - a. Any bid/modification received at the office designated in the solicitation after the exact time specified for receipt of the bid/modification is considered a late bid/modification. A late bid/modification will not be considered for award except under the following conditions only: i. The bid/modification was sent by mail and it is determined by the County that the late receipt was due solely to mishandling by the County after receipt at the address specified in the solicitation. b. If the County declares administrative or liberal leave, scheduled bid openings or receipt of proposals will be extended to the next business day. C. The time of receipt of bids at the specified location is the time -date stamp of such location on the bid wrapper or other documentary evidence of receipt maintained by the specified location. d. A late hand -carried bid, or any other late bid not submitted by mail, shall not be considered for award. 5. WITHDRAWAL OF BIDS - a. A bidder for a public construction contract, other than a contract for construction or maintenance of public highways, may withdraw his or her bid from consideration if the price bid was substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of a bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the bid sought to be withdrawn. If a bid contains both clerical and judgment mistakes, a bidder may withdraw his bid from consideration if the price bid would have been substantially lower than the other bids due solely to the clerical mistake, that was an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of a bid which shall be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the bid sought to be withdrawn. The bidder shall give notice in writing to the County of his or her claim of right to withdraw his or her bid within two (2) business days after the conclusion of the bid opening procedure and shall submit original work papers with such notice. b. A bidder for a contract other than for public construction may request withdrawal of his or her bid under the following circumstances: i. Request for withdrawal of bids prior to opening of such bids shall be transmitted to the County Finance Department. in ii. Requests for withdrawal of bids after opening of such bids but prior to award shall be transmitted to the County Finance Department writing, accompanied by full documentation supporting the request. If the request is based on a claim of error, documentation must show the basis of the error. Such documentation may take the form of supplier quotations, vendor work sheets, etc. If bid bonds were tendered with the bid, the County may exercise its right of collection. C. No bid may be withdrawn under this paragraph when the result would be the awarding of the contract on another bid of the same bidder or of another bidder in which the ownership of the withdrawing bidder by the other bidder is more than five percent. d. If a bid is withdrawn under the authority of this paragraph, the lowest remaining bid shall be deemed to be the low bid. C. No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. f If the county denies the withdrawal of a bid under the provisions of this paragraph, it shall notify the bidder in writing stating the reasons for its decision and award the contract to such bidder at the bid price, provided such bidder is a responsible and responsive bidder. g. Work papers, documents, and materials submitted in support of a withdrawal of bids may be considered as trade secrets or proprietary information subject to the conditions of the Virginia Freedom of Information Act, provided that the bidder complies with the designation requirements of Section 2.2-4342(F) of the Code of Virginia (1950, as amended). 6. ERRORS IN BIDS -When an error is made in extending total prices, the unit bid price will govern. Erasures in bids must be initialed by the bidder. Carelessness in quoting prices, or in preparation of bid otherwise, will not relieve the bidder. Bidders are cautioned to recheck their bids for possible error. Errors discovered after public opening cannot be corrected and the bidder will be required to perform if his or her bid is accepted. 7. SUBMISSION OF BIDS - a. All bids and proposals submitted in response to a Winchester Regional Airport Authority solicitation shall be submitted in a sealed envelope clearly marked with the bid name, date and time of opening on the outside of the envelope and sent to the Winchester Regional Airport, 491 Airport Road, Winchester, Virginia 22602 to the attention of the Executive Director. Vendors mailing bids/proposals should allow for normal mail delivery time to ensure timely receipt by Winchester Regional Airport Authority. Vendors assume the risk for method of delivery service to meet the submission deadline or failure to deliver to the designated recipient. Submittals may not be faxed or otherwise electronically submitted. b. A bid shall contain the original signature of an individual who is authorized to bind the bidder. Submission of a signed bid constitutes the bidder's certification that the bidder will perform the contract at the prices and on the terms contained in the bid. Before submitting a bid, each bidder shall make all investigations and examinations necessary to verify any representations made by the County and to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of any conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful bidder from its obligation to comply in every detail with all conditions and requirements of the contract. A plea of ignorance will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the successful bidder. C. The County accepts no responsibility for any expense incurred in the bid preparation and/or presentation. Such expense is to be borne exclusively by the bidder. d. It is the bidder's responsibility to clearly identify and describe the services being offered in response to the solicitation. Bidders are cautioned that organization of their response, as well as thoroughness, is critical to the County's evaluation process. Failure to comply with all bid requirements may be cause for the County to reject a bid. Unnecessarily elaborate brochures or other presentations beyond that sufficient to present a complete and effective bid are not desired. Elaborate artwork, expensive paper, bindings, visuals and other expensive presentation aids are not required. REVISED: 4/4/2013 Appendix A Page 3 of 10 8. COMPLETENESS -To be responsive, a bid must include all information required by the solicitation. 9. ACCEPTANCE OF BIDS/BINDING 90 DAYS -Unless otherwise specified, all bids submitted shall be binding for ninety (90) calendar days following bid opening date, unless extended by mutual consent of all parties. 10. CONDITIONAL BIDS -Conditional bids are subject to rejection in whole or in part. 11. BIDS FOR ALL OR PART -Unless otherwise specified by the County or by the bidder, the County reserves the right to make award on all items in the aggregate or on any of the items on an individual basis, whichever is in the best interest of the County. A bidder may restrict his or her bid to consideration in the aggregate by so stating but shall name a single unit price on each item bid. Any bid in which the bidder names a total price for all the articles without quoting a unit price for each and every separate item may not be considered for award. 12. TIME FOR RECEIVING BID -Bids received prior to the time of opening will be securely kept, unopened. The representative of the County assigned to open them will decide when the specified time has arrived, and no bid received thereafter will be considered, except as provided in paragraph 4, General Conditions and Instructions to Bidders. No responsibility will attach to the County or the representative for the premature opening of a bid not properly addressed and identified. Unless specifically authorized in the solicitation, telegraphic, electronic, or facsimile bids/modifications will not be considered. 13. BID OPENING -All bids received in response to a Invitation for Bid (IFB) will be opened at the date, time and place specified, read publicly, and made available for inspection. 14. OMISSIONS & DISCREPANCIES - a. Any items or parts of any equipment listed in this solicitation which are not fully described or are omitted from such specification, and which are clearly necessary for the completion of such equipment and its appurtenances, shall be considered a part of such equipment although not directly specified or called for in the specifications. b. Should a bidder find discrepancies or ambiguities in, or omissions from, the solicitation, including the drawings and/or specifications, he or she shall notify the County at least five (5) days prior to the date set for the opening of bids. If necessary, the County will send a written addendum for clarification to all bidders no later than three (3) days before the date set for opening of bids. Any revisions to the solicitation will be made only by an addendum issued by the Purchasing Agent. Bidders are advised that oral explanations or instructions given by County personnel during the bid process at any time before the award of the contract will not be binding on the County. Notifications from bidders/prospective bidders regarding specifications will not be considered if received within five days of the date set for opening of bids. 15, BIDDER INTERESTED IN MORE THAN ONE BID -If more than one bid is offered by any one party, either directly or by or in the name of his or her clerk, partner, or other persons, all such bids may be rejected. A party who has quoted prices on work, materials, or supplies to a bidder is not thereby disqualified from quoting prices to other bidders or firms submitting a bid directly for the work, materials or supplies. 16. TAX EXEMPTION -The County is exempt from the payment of any federal excise or any Virginia sales tax. The price bid must be net, exclusive of taxes. However, when under established trade practice any federal excise tax is included in the list price, a bidder may quote the list price and shall show separately the amount of federal tax, either as a flat sum or as a percentage of the list price, which shall be deducted by the County. Frederick Couunty's Federal Excise Tax Exemption Number is 54-6001290. Contractors located outside the Commonwealth of Virginia are advised that when materials are picked up by the County at their place of business, they may charge and collect their own local/state sales tax. Materials used in the performance of construction contracts are subject to Virginia Sales/Use Tax as described in Section 630-10-211 of the Virginia Retail Sales and Use Tax Regulations. 17. PROHIBITION AGAINST UNIFORM PRICING -The County shall encourage open and competitive bidding by all possible means and shall endeavor to obtain the maximum degree of open competition on all purchase transactions using the competitive sealed bidding, competitive negotiation, or open market methods of procurement. In submitting a bid each bidder shall, by virtue of submitting a bid, guarantee that he or she has not been a party with other bidders to an agreement to bid a fixed or uniform price. Violation of this implied guarantee shall render void the bids of participating bidders. Any disclosure to or acquisition by a competitive bidder, in advance of the opening of the bids, of the terms or conditions of the bid submitted by another competitor may render the entire proceedings void and may require readvertising forbids. SPECIFICATIONS 18. QUESTIONS CONCERNING SPECIFICATIONS -Any information relative to interpretation of specifications and drawings shall be directed to the person(s) involved with the project. Should a bidder find discrepancies or ambiguities in, or omissions from, the solicitation, including the drawings and/or specifications, he or she shall notify the County at least five (5) days prior to the date set for the opening of bids. If necessary, the County will send a written addendum for clarification to all bidders no later than three (3) days before the date set for opening of bids. Any revisions to the solicitation will be made only by'an addendum issued by the Purchasing Agent. Bidders are advised that oral explanations or instructions given by County personnel during the bid process at any time before the award of the contract will not be binding on the County. Notifications from bidders/prospective bidders regarding specifications will not be considered if received within five days of the date set for opening of bids. 19. BRAND NAME OR EQUAL ITEMS -Unless otherwise provided in the invitation for bid, the name of a certain brand, make or manufacturer does not restrict bidders to the specific brand, make or manufacturer named; it conveys the general style, type, character, and quality of the article desired, and any article which the County in its sole discretion determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. 20. FORMAL SPECIFICATIONS -When a solicitation contains a specification which states no substitutes, no deviation there from will be permitted and the bidder will be required to fumish articles in conformity with that specification. The bidder shall abide by and comply with the true intent of the specifications and not take advantage of any unintentional error or omission, but shall fully complete every part as the true intent and meaning of the specifications and drawings. Whenever the mention is made of any articles, material, or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as to the minimum requirements of these specifications. REVISED: 4/4/2013 Appendix A Page 4 of 10 AWARD 21. AWARD OR REJECTION OF BIDS -The County shall award the contract to the lowest responsive and responsible bidder complying with all provisions of the IFB, provided the bid price is reasonable and it is in the best interest of the County to accept it. Awards made in response to a RFP will be made to the highest qualified offeror whose proposal is determined, in writing, to be the most advantageous to the County taking into consideration the evaluation factors set forth in the RFP. The County reserves the right to award a contract by individual items, in the aggregate, or in combination thereof, or to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the best interest of the County. Award may be made to as many bidders as deemed necessary to fulfill the anticipated requirements of Frederick County. The County also reserves the right to reject the bid of a bidder deemed to be a non -responsible bidder. The bidder has the burden of demonstrating affirmatively its responsibility in connection with this solicitation. A debarred potential offeror must automatically be considered non -responsible in connection with this solicitation. The County reserves the right to consider a bidder non -responsible who has previously failed to perform properly or to complete, in a timely manner, contracts of a similar nature, or if investigation shows the bidder unable to perform the requirements of the contractor. A bidder may be requested at any time by the Purchasing Agent to provide additional information, references and other documentation and information that relate to the determination of responsibility. Failure of a bidder to furnish requested information may constitute grounds for a finding of non -responsibility of the prospective bidder. The Purchasing Agent may deny the award of a contract to any bidder who is in default of payment of any money due the County. In determining the responsibility of a bidder, the following criteria will be considered: a. The ability, capacity and skill of the bidder to the contract or provide the service required; perform b. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference; C. The character, integrity, reputation, judgment, experience and efficiency of the bidder; d. The quality of performance of previous contracts or services; e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services; £ The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service; g. The quality, availability and adaptability of the goods or services to the particular use required; h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract; i. The number and scope of the conditions attached to the bid; j. Whether the bidder is in arrears to the County on debt or contract or is a defaulter on surety to the County or whether the bidder's County taxes or assessments are delinquent; and k. Such other information as may be secured by the County having a bearing on the decision to award the contract. If an apparent low bidder is not awarded a contract for reasons of nonresponsibility, the County shall so notify that bidder and shall have recorded the reasons in the contract file. 22. NOTICE OF ACCEPTANCE/CONTRACT DOCUMENTS -A written award (or Acceptance Agreement) mailed (or otherwise furnished) to the successful bidder within the time for acceptance specified in the solicitation shall be deemed to result in a binding contract. The following documents which are included in the solicitation shall be incorporated by reference in the resulting contract and become a part of said contract: a. General Conditions and Instructions to Bidders, b. Special Provisions and Specifications, C. Pricing Schedule, ' d. Any Addenda/Amendments/Memoranda of Negotiations 23. TIE -BIDS — If all bids are for the same total amount or unit price (including authorized discounts and delivery times), and if the public interest will not permit the delay of readvertisement for bids, the County is authorized to award the contract to the resident Frederick County tie bidder whose firm has its principal place of business in the County, or if there be none, to the resident Virginia tie bidder, or if there be none, to one of the tie bidders by drawing lots in public; or the County may purchase the goods or services in the open market except that the price paid shall not exceed the lowest contract bid price submitted for the same goods or services. The decision of the County to make award to one or more such bidders shall be final. 24. PROMPT PAYMENT DISCOUNT - Unless otherwise specified in the solicitation, prompt payment discounts requiring payment in less than fifteen (15) days wil l not be considered in evaluating a bid for award. However, even though not considered in the evaluation, such discounts will be taken if payment is to be made within the discount period. In connection with any discount offered, time will be computed from the date of delivery of the supplies to the carrier when delivery, inspection and acceptance are at the point of origin; or, from date of delivery, inspection and acceptance at destination; or, from date correct invoice or voucher is received in the office specified by the County, if the latter is later than the date of acceptance. In the event the bidder does not indicate a prompt payment discount, it shall be construed to mean NET 30 days. For the purpose of earning the discount, payment is deemed to be made as of the date of mailing of the County check, issuance of an Electronic Funds Transfer or Purchasing Card payment. 25. INSPECTION -ACCEPTANCE -For determining acceptance of supplies in accordance with the provisions of the prompt payment discount paragraph, inspection and acceptance shall be accomplished only after examination (including testing) of supplies and services to determine whether the supplies and services conform to the contract requirements. Acceptance shall occur only after receipt and inspection provided such inspection, as appropriate, is accomplished within a reasonable time. 26. DEFINITE BID QUANTITIES -Where definite quantities are specifically stated, acceptance will bind the County to order quantities specified and to pay for, at contract prices, all such supplies or services delivered that meet specifications and conditions of the contract. However, the County will not be required to accept delivery of any balances unordered, as of the contract expiration date, unless the Contractor furnished the County with a statement of unordered balances not later than ten (10) days after the termination date of the contract. 27. REQUIREMENT BID QUANTITIES -On "Requirement" bids, acceptance will bind the County to pay for, at unit bid prices, only quantities ordered and delivered. Where the County specifies estimated quantities, the Contractor shall not be required to deliver more than ten (10) percent in excess of the estimated quantity of each item, unless otherwise agreed upon. REVISED: 4/4/2013 Appendix A Page 5 of 10 m.e.s.._�.�_.._.._.....-,..�...m,.,_.,,s.®.�...............,.®_-._.�....CONTRACT PROVISIONS 1 28. TERMINATION OF CONTRACTS -Contracts will remain in force for full periods specified and/or until all articles ordered before date of termination shall have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall have been met, unless: a. Terminated prior to expiration date by satisfactory deliveries of entire contract requirements, or upon termination by the County for Convenience or Cause. b. Extended upon written authorization of the County and accepted by Contractor, to permit ordering of unordered balances or additional quantities at contract prices and in accordance with contract terms. 29. TERMINATION FOR CONVENIENCE -A contract may be terminated in whole or in part by the County in accordance with this clause whenever the County shall determine that such a termination is in the best interest of the County. Any such termination shall be effected by delivery to the Contractor at least five (5) working days prior to the termination date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for completed service, but no amount shall be allowed for anticipated profit on unperformed services. 30. TERMINATION OF CONTRACT FOR CAUSE - a. If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his or her obligations under this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this contract, the County shall thereupon have the right to terminate, specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event all finished or unfinished documents, data, studies, surveys, drawings, maps, models, and reports prepared by the Contractor under the contract shall, at the option of the County, become its property and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents. b. Notwithstanding the above, the Contractor shall not be relieved of liability to the County for damages sustained by the Comity by virtue of any breach of contract by the Contractor until such time as the exact amount of damages due to the County from the Contractor is determined. 31. CONTRACT ALTERATIONS -No alterations in the terms of a contract shall be valid or binding upon the County unless made in writing and signed by the County or its authorized agent. '32. SUBLETTING OF CONTRACT OR ASSIGNMENT OF CONTRACT FUNDS -It is mutually understood and agreed that the Contractor shall not assign, transfer, convey, sublet or otherwise dispose of his or her contractual duties to any other person, firm or corporation, without the previous written consent of the County. If the Contractor desires to assign his or her right to payment of the contract, Contractor shall notify the County immediately, in writing, of such assignment of right to payment. In no case shall such assignment of contract relieve the Contractor from his or her obligations or change the terms of the contract. 1 33. FUNDING -A contract shall be deemed binding only to the extent of appropriations available to each Agency for the purchase of goods and services. 34. DELIVERY/SERVICE FAILURES -Failure of a Contractor to deliver goods or services within the time specified, or within reasonable time as interpreted by the County, or failure to make replacements/corrections of rejected articles/services when so requested, immediately or as directed by the County, shall constitute authority for the County to purchase in the open market articles/services of comparable grade/quality to replace the services, articles rejected, and/or not delivered. On all such purchases, the Contractor shall reimburse the County, within a reasonable time specified by the County, for any expense incurred in excess of contract prices. Such purchases shall be deducted from the contract quantities if applicable. Should public necessity demand it, the County reserves the right to use or consume articles delivered or services performed which are substandard in quality, subject to an adjustment in price to be determined by the County. 35. NON -LIABILITY -The Contractor shall not be liable in damages for delay in shipment or failure to deliver when such delay or failure is the result of fire, flood, strike, act of God, act of Government, act of an alien enemy or by any other circumstances which, in the County's opinion, are beyond the control of the Contractor. Under such circumstances, however, the County may, at its discretion, cancel the contract. 36. NEW GOODS, FRESH STOCK -All Contractors, unless otherwise specifically stated, shall provide new commodities, fresh stock, latest model, design or pack. 37. NON -DISCRIMINATION -During the performance of this contract, the Contractor agrees as follows: 1 a. The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. b. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such Contractor is an equal opportunity employer. C. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. d. The Contractor will include the provisions of the foregoing paragraphs a, b, and c above in every subcontract or purchase order of over $10,000 so that the provisions will be binding upon each subcontractor or vendor. e. The County does not discriminate against faith -based organizations in the award or administration of County contracts. 38. UNAUTHORIZED ALIEN EMPLOYMENT -The Contractor does not, and shall not during the performance of the contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien; as defined in the federal Immigration Reform and Control Act of 1986. 39. GUARANTEES & WARRANTIES -All guarantees and warranties required shall be furnished by the Contractor and shall be delivered to the County before final payment on the contract is made. Unless otherwise stated, manufacturer's standard warranty applies. 40. PRICE REDUCTION -If at any time after the date of the bid the Contractor makes a general price reduction in the comparable price of any material covered by the contract to customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to this contract for the duration of the contract period (or until the price is further reduced). Such price reduction shall be effective at the same time and in the same manner as the reduction in the price to customers generally. For purpose of this provision, a "general price reduction" shall mean any horizontal reduction in the price of an article or service offered (1) to Contractor's customers generally, or (2) in the Contractor's price schedule for the class of customers, i.e., wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this solicitation. An occasional sale at a lower price, or sale of distressed merchandise at a lower price, would not be considered a "general price REVISED: 4/4/2013 Appendix A Page G of 10 indicating the invoice that the reduction is to the reduction" under this provision. The Contractor shall submit his or her invoice at such.reduced prices on pursuant "Price Reduction" provision of the contract documents. The Contractor in addition will within ten days of any general price reduction notify the Purchasing Agent of such reduction by letter. FAILURE TO DO SO MAY REQUIRE TERMINATION OF THE CONTRACT. Upon receipt of any such notice of a general price reduction, all ordering offices will be duly notified by the Purchasing Agent. The Contractor, if requested, shall furnish, within ten days after the end of the contract period, a statement certifying either (1) that no general price reduction, as defined above, was made after the date of the bid, or (2) if any such general price reductions were made, that as provided above, they were reported to the County within ten (10) days and ordering offices were billed at the reduced prices. Where one or more such general price reductions were made, the statement furnished by the Contractor shall include with respect to each price reduction (1) the date when notice of any such reduction was issued, (2) the effective date of the reduction, and (3) , the date when the County was notified of any such reduction. 41. CHANGES -Should it become proper or necessary in the execution of this contract to make any change in design, or to make any alterations which will increase the expense, the County shall determine an equitable adjustment. No payment shall be made to the Contractor for any extra material or services, or of any greater amount of money than stipulated to be paid in the contract, unless some changes in or additions to the contract requiring additional outlay by the Contractor shall first have been expressly authorized and ordered in writing by contract amendment or otherwise furnished by the County. 42. PLACING OF ORDERS -Orders against contracts will be placed with the Contractor by authorized County personnel or on a Purchase Order executed and released by the County or its designee. The Purchase Order must bear the appropriate bid name and date. DELIVERY PROVISIONS 43. RESPONSIBILITY FOR SUPPLIES TENDERED -Unless otherwise specified in the solicitation, the Contractor shall be responsible for the materials or supplies covered by the contract until they are delivered at the designated point, but the Contractor shall bear all risk on rejected materials or supplies after notice of rejection. Rejected materials or supplies must be removed by and at the expense of the Contractor promptly after notification of rejection, unless public health and safety require immediate destruction or other disposal of rejected delivery. if rejected materials are not removed by the Contractor within ten (10) days after date of notification, tl�e County may return the rejected materials or supplies to the Contractor at his or her risk and expense or dispose of them as its own property. 44. INSPECTIONS -Inspection and acceptance of materials or supplies will be made after delivery at destinations herein specified unless otherwise stated. If inspection is made after delivery at destination herein specified, the County will bear the expense of inspection except for the value of samples used in case of rejection. Final inspection shall be conclusive except in regard to latent defects, fraud or such gross mistakes as to amount to fraud. Final inspection and acceptance or rejection of the materials or supplies will be made as promptly as practicable, but failure to inspect and accept or reject materials or supplies shall not impose liability on the County for such materials or supplies as are not in accordance with the specifications. 45. COMPLIANCE -Delivery must be made as ordered and in accordance with the solicitation or as directed by the County when not in conflict with the bid. The decision of the County as to reasonable compliance with delivery terms shall be final. Burden of proof of delay in receipt of goods by the purchaser shall rest with the Contractor. Any request for extension of time of delivery from that specified must be approved by the County, such extension applying only to the particular item or shipment affected. Should the Contractor be delayed by the County, there shall be added to the time of completion a time equal to the period of such delay caused by the County. However, the contractor shall not be entitled to claim damages or extra compensation for such delay or suspension. These conditions may vary for construction contracts. See Special Provisions for the individual solicitation. 46. POINT OF DESTINATION -All materials shipped to the County must be shipped F.O.B. DESTINATION unless otherwise stated in the contract or purchase order. The materials must be delivered to the "Ship to" address indicated on the purchase order. 47. ADDITIONAL CHARGES -Unless bought F.O.B. "shipping point" and Contractor prepays transportation, no delivery charges shall be added to invoices except when express delivery is authorized and substituted on orders for the method specified in the contract. In such cases, difference between freight or mail and express charges may be added to invoice. 48. REPLACEMENT -Materials or components that have been rejected by the County, in accordance with the terms of a contract, shall be replaced by the Contractor at no cost to the County. 49. PACKING SLIPS OR DELIVERY TICKETS -All shipments shall be accompanied by Packing Slips or Delivery Tickets. Contractors are cautioned that failure to comply with these conditions shall be considered sufficient reason for refusal to accept the goods. BILLING 50. BILLING -Billing for Frederick County, VA agency: Unless otherwise specified on the contract or purchase order (PO), invoices are to be submitted, in DUPLICATE, for each purchase order immediately upon completion of the shipment or services. If shipment is made by freight or express, the original Bill of Lading, properly receipted, must be attached to the invoice. Invoices should be mailed to the "BILL TO" address on the PO or to the appropriate address specified in the contract. PAYMENTS 51. PAYMENT - a. Payment shall be made after satisfactory performance of the contract, in accordance with all of the provisions thereof, and upon receipt of a properly completed invoice. Frederick County, VA reserves the right to withhold any or all payments or portions thereof for Contractor's failure to perform in accordance with the provisions of the contract or any modifications thereto. b. Frederick County shall make payment via ACH (electronic deposit). The Contractor shall provide their required banking information so as to accept such payments. C. Unless otherwise provided under the terms of the contract, interest shall accrue at the rate of one percent per month. d. Within seven days after receipt of amounts paid to the Contractor by the County for work performed by a subcontractor under the contract, the Contractor shall: (i) pay its subcontractor(s) for the proportionate share of the total payment received from the County attributable to the work performed by the 5 I 1-7 I �1 REVISED: 4/4/2013 Appendix A Page 7 of 10 Rpsubcontractor(s) under the contract; or (ii) notify the County and the subcontractor, in writing, of his intention to withhold all or a part of the subcontractor's payment, with the reason for nonpayment. The Contractor shall pay interest to any subcontractor(s) on all amounts owed by the Contractor that remain unpaid after seven days following receipt by the Contractor of payment from the County for work performed by the subcontractor under that contract, except for amounts withheld as allowed in the previous sentence. The Contractor shall include the provisions of this paragraph 51.d in every subcontract or purchase order so that the provision will be binding upon each subcontractor or vendor. 52. PARTIAL PAYMENTS -Unless otherwise specified, partial payments will be made upon acceptance of materials or services so invoiced if in accordance with completion date. 53. RETAINAGE-Up to five percent (5%) of the value of the entire order may be retained until completion of contract, except that, per Virginia Code Section 2.2-4334(A), for contracts of $200,000 or more for the construction of highways, roads, streets, bridges, parking lots, demolition, clearing, grading, excavating, paving, pile driving, miscellaneous drainage structures, and the installation of water, gas, sewer lines and pumping stations, (the foregoing is exclusive of any buildings included in the construction), the contractor has the option, if the contractor exercises the option in its bid/proposal documents, to us an escrow account procedure for utilization of the retainage funds. In the event the contractor elects to use the escrow account procedure, the escrow agreement form included in the bid/proposal and contract shall be executed and submitted to the County within fifteen calendar days after notification. If the escrow agreement form is not submitted within the fifteen -day period, the contractor shall forfeit his rights to the use of the escrow account procedure. 54. PAYMENT FOR EQUIPMENT, INSTALLATION, AND TESTING -When equipment requires installation (which shall also be interpreted to mean erection and/or setting up or placing in position, service, or use) and test, and where such installation or testing is delayed, payment may be made on the basis of 50% of the contract price when such equipment is delivered on the site. A further allowance of 25% may be made when the equipment is installed and ready for test. The balance shall be paid after the equipment is tested and found to be satisfactory. If the equipment must be tested, but installation is not required to be made by the Contractor or if the equipment must be installed but testing is not required, payment may be made on the basis of 75% at the time of delivery and the balance shall be paid after satisfactory test or installation is completed. GENERAL 55. GENERAL GUARANTY -Contractor agrees to: a. Save the County, its agents and employees harmless from liability of any nature or kind for the use of any copyrighted or uncopyrighted composition; secret process, patented or unpatented; invention; article or appliance furnished or used in the performance of a contract for which the Contractor is not the patentee, assignee, licensee or owner. b. Protect the County against latent defective material or workmanship and to repair or replace any damages or marring occasioned in transit or delivery. c. Furnish adequate protection against damage to all work and to repair damages of any kind to the building or equipment, to his or her own work or to the work of other contractors, for which his or her workers are responsible. d. Pay for all permits, licenses and fees and give all notices and comply with all federal, state and county laws, ordinances, rules and regulations. C. Protect the County from loss or damage to County owned property while it is in the custody of the Contractor. ' 56. SERVICE CONTRACT GUARANTY -Contractor agrees to: a. Furnish services described in the solicitation and resultant contract at the times and places and in the manner and subject to conditions therein set forth provided that the County may reduce the said services at any time. b. Enter upon the performance of services with all due diligence and dispatch, assiduously press to its complete performance, and exercise therein the highest degree of skill and competence. C. All work and services rendered in strict conformance to all laws, statues, and ordinances and the applicable Hiles, regulations, methods and procedures of all government boards, bureaus, offices and other agents. d. Allow services to be inspected or reviewed by an employee of the County at any reasonable time and place selected by the County. Frederick County shall be under no obligation to compensate Contractor for any services not rendered in strict conformity with the contract. 57. INDEMNIFICATION -Contractor shall indemnify, keep and save harmless the County, its agents, officials, employees and volunteers against claims of injuries, death, damage to property, patent claims, suits, liabilities, judgments, cost and expenses which may otherwise accrue against the County in consequence of the granting or performing of a contract or which may otherwise result therefrom, if it shall be determined that the act was caused through negligence or error, or omission of the Contractor or his or her employees, or that of the subcontractor or his or her employees, if any; and the Contractor shall, at his or her own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and if any judgment shall be rendered against the County in any such action, the Contractor shall, at his or her own expense, satisfy and discharge the same. Contractor expressly understands and agrees that any performance bond or insurance protection required by this contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harness and defend the County as herein provided. 58. OFFICIALS NOT TO BENEFIT- , a. Each bidder or offeror shall certify, upon signing a bid or proposal, that to the best of his or her knowledge no Frederick County official or employee having official responsibility for the procurement transaction, or member of his or her immediate family, has received or will receive any financial benefit of more than nominal or minimal value relating to the award of this contract. If such a benefit has been received or will be received, this fact shall be disclosed with the bid or proposal or as soon thereafter as it appears that such a benefit will be received. Failure to disclose the information prescribed above may result in suspension or debarment, or rescission of the contract made, or could affect payment pursuant to the terms of the contract. b. Whenever there is reason to believe that a financial benefit of the sort described in paragraph "a" has been or will be received in connection with a bid, proposal or contract, and that the contractor has failed to disclose such benefit or has inadequately disclosed it, the County Administrator, as a prerequisite to payment pursuant to the contract, or at any other time, may require the Contractor to furnish, under oath, answers to any interrogatories related to such possible benefit. C. In the event the bidder or offeror has knowledge of benefits as outlined above, this information should be submitted with the bid or proposal. If the above does not apply at time of award of contract and becomes known after inception of a contract, the bidder or offeror shall address the disclosure of such facts to the Frederick County Finance Department, 107 North Kent Street, 3rd Floor, Winchester, Virginia 22601. REVISED: 4/4/2013 Appendix A Page 8 of 10 " 59. LICENSE REQUIREMENT -All firms doing business in Frederick County, VA shall obtain a business license. Business licenses are issued by the Frederick County Commissioner of the Revenue and information, including step-by-step directions on how to obtain a Frederick County, VA Business License, can be found on their website at: www.frederickcountvva.gov/biztax. 60. REGISTERING OF CORPORATIONS -All business entities are required to be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 or otherwise required by law. Business entities that are not already authorized will likely need to contact the State Corporation Commission, Post Office Box 1197, Richmond, Virginia 23209, telephone (804) 371-9733. The consequences, relative to public procurement, of failing to secure a certificate of authority are set forth in Virginia Code Section 2.2-4311.2. 61. COVENANT AGAINST CONTINGENT FEES -The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For violation of this warranty, the County shall have the right to terminate or suspend this contract without liability to the County or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 62. VIRGINIA FREEDOM OF INFORMATION ACT -All proceedings, records, contracts and other public records relating to procurement transactions shall be open to the inspection of any citizen, or any interested person, firm or corporation, in accordance with the Virginia Freedom of Information Act except as provided below: Cost estimates relating to a proposed procurement transaction prepared by or for a public body shall not be open to public inspection. Any competitive sealed bidding bidder, upon request, shall be afforded the opportunity to inspect bid records within a reasonable time after the opening of all bids but prior to award, except in the event that the County decides not to accept any of the bids and to reopen the contract. Otherwise, bid records shall be open to public inspection only after award of the contract. Any competitive negotiation offeror, upon request, shall be afforded the opportunity to inspect proposal records within a reasonable time after the evaluation and negotiations of proposals are completed but prior to award except in the event that the County decides not to accept any of the proposals and to reopen the contract. Otherwise, proposal records shall be open to the public inspection only after award of the contract. Any inspection of procurement transaction records under this section shall be subject to reasonable restrictions to ensure the security and integrity of the records. Trade secrets or proprietary information submitted by a bidder, offeror or contractor in connection with a procurement transaction or prequalification application submitted pursuant to any prequalification process identified in the Special Provisions, shall not be subject to the Virginia Freedom of Information Act; however, the bidder, offeror or contractor shall (i) invoke the protections of this section prior to or upon submission of the data or other materials, (ii) identify the data or other materials to be protected, and (iii) state the reasons why protection is necessary. BIDDER/CONTRACTOR REMEDIES 63. INELIGIBILITY- Any person or firm suspended or debarred from participation in County procurement shall be notified in writing by the County. Prior to the issuance of a written determination of disqualification or ineligibility, the public body shall i. notify the bidder in writing of the results of the evaluation, ii. disclose the factual support for the determination, and iii. allow the bidder an opportunity to inspect any documents that relate to the determination, if so requested by the bidder within five business days after receipt of the notice. Within ten business days after receipt of the notice, the bidder may submit rebuttal information challenging the evaluation. The public body shall issue its written determination of disqualification or ineligibility based on all information in the possession of the public body, including any rebuttal information, within five business days of the date the public body received such rebuttal information. The County shall have the authority to suspend or debar a person or firm from bidding on any contract for , including but not necessarily limited to: i. Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract; ii. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously, and directly affects responsibility as a County contractor; iii. Conviction under the state or federal antitrust statutes arising out of the submission of bids or proposals; C. Violation of contract provisions, as set forth below, of a character which is regarded by the County to be so serious as to justify suspension or debarment action includes: i. failure without good cause to perform in accordance with the specifications or within the time limit provided in the contract; or ii. a recent record of failure to perform or of unsatisfactory performance in accordance with the terms of one or more contracts; provided, that failure to perform or unsatisfactory performance caused by acts beyond the control of the contractor shall not be considered to be a basis for suspension or debarment; iii. Any other cause the County determines to be so serious and compelling as to affect responsibility as a contractor, such as debarment by another governmental entity for any cause listed herein, or because of prior reprimands; iv. The contractor has abandoned performance or been terminated for default on any other Frederick County project; V. The contractor is in default on any surety bond or written guarantee on which Frederick County is an obligee. If, upon appeal, it is determined that the action taken by the County was arbitrary or capricious, or not in accordance with the Constitution of Virginia, statutes or regulations, the sole relief available to the person or firm shall be restoration of eligibility. The person or firm may not institute legal action until all statutory requirements have been met. F1 ri 1 fl I 1 1 I REVISED: 4/4/2013 Appendix A Page 9of10 64. APPEAL OF DENIAL OF WITHDRAWAL OF BID- a. A decision denying withdrawal of a bid submitted by a bidder or offeror shall be final and conclusive unless the bidder appeals the decision within ten (10) days after receipt of the decision by instituting legal action as provided in the Code of Virginia. The bidder or offeror may not institute legal action until all statutory requirements have been met. b. If, upon appeal, it is determined that the decision refusing withdrawal of the bid was arbitrary or capricious, or not in accordance with the Constitution of Virginia, applicable state law or regulation, or the terms or conditions of the Invitation for Bid, the sole relief shall be withdrawal of the bid. j65. APPEAL OF DETERMINATION OF NONRESPONSIBILITY- a. Any bidder who, despite being the apparent low bidder, is determined not to be a responsible bidder for a particular County contract shall be notified in writing by the County. Such notice shall state the basis for the determination, which shall be final unless the bidder appeals the decision within ten (10) days of receipt of the notice by instituting legal action as provided in the Code of Virginia. The bidder may not institute legal action until all statutory requirements have been met. b. If, upon appeal, it is determined that the decision of the County was arbitrary or capricious, or not in accordance with the Constitution of Virginia, applicable state law or regulation, or the terms or conditions of the Invitation for Bid, and the award for the particular County contract in question has not been made, the sole relief available to the bidder shall be a finding that the bidder is a responsible bidder for the County contract in question. Where the award has been made and performance has begun, the County may declare the contract void upon a finding that this action is in the best interest of the public. Where a contract is declared void, the performing contractor shall be compensated for the cost of performance up to the time of such declaration. In no event shall the performing contractor be entitled to lost profits. 66. PROTEST OF AWARD OR DECISION TO AWARD - a, Any bidder or offeror may protest the award or decision to award a contract by submitting a protest in writing to the County, or an official designated by the County of Frederick, no later than ten (10) days after the award or the announcement of the decision to award, whichever occurs first. Any potential bidder or offeror on a contract negotiated on a sole source or emergency basis who desires to protest the award or decision to award such contract shall submit such protest in the same manner no later than ten days after posting or publication of the notice of such contract. However, if the protest of any actual or potential bidder or offeror depends in whole or in part upon information contained in public records pertaining to the procurement transaction which are subject to inspection, then the time within which the protest must be submitted shall expire ten days after those records are available for inspection by such bidder or offeror or at such later time as provided herein. No protest shall lie for a claim that the selected bidder or offeror is not a responsible bidder or offeror. The written protest shall include the basis for the protest and the relief sought. The County shall issue a decision in writing within ten (10) days of the receipt of the protest stating the reasons for the action taken. This decision shall be final unless the bidder or offeror appeals within ten (10) days of receipt of the written decision by instituting legal action as provided in the Code of Virginia. b. If prior to award it is determined that the decision to award is arbitrary or capricious, or not in accordance with the Constitution of Virginia, applicable state law or regulation, or the terms or conditions of the Invitation for Bid, then the sole relief shall be a finding to that effect. The county shall cancel the proposed award or revise it to comply with the law. If, after an award, it is determined that an award of a contract was arbitrary or capricious, then the sole relief shall be as hereinafter provided. Where the award has been made but performance has not begun, the performance of the contract may be declared void by the County. Where the award has been made and performance has begun, the County may declare the contract void upon a finding that this action is in tine best interest of the County. Where a contract is declared void, the performing contractor shall be compensated for the cost of performance at the rate specified in the contract rip to the time of such declaration. In no event shall the performing contractor be entitled to lost profits. c. Pending final determination of a protest or appeal, the validity of a contract awarded and accepted in good faith in accordance with this article shall not be affected by the fact that a protest or appeal has been filed. d. An award need not be delayed for the period allowed a bidder or offeror to protest, but in the event of a timely protest, no ftirther action to award the contract will be taken unless there is a written determination that proceeding without delay is necessary to protect the public interest or unless the bid or offer would expire. 67. CONTRACTUAL DISPUTES - a. Any dispute concerning a question of fact as a result of a contract with the County which is not disposed of by agreement shall be decided by the County, which shall render a decision in writing and mail or otherwise forward a copy thereof to the contractor within ninety (90) days. The decision of the County shall be final and conclusive unless the contractor appeals within six (6) months of the date of the final written decision by instituting legal action as provided in the Code of Virginia. A contractor may not institute legal action, prior to receipt of the public body's decision on the claim, unless the public body fails to render such decision within the time specified. b. Contractual claims, whether for money or other relief, shall be submitted in writing no later than sixty days after final payment; however, written notice of the contractor's intention to file such claim shall have been given at the time of the occurrence or beginning of the work upon which the claim is based. Nothing herein shall preclude a contract from requiring submission of an invoice for final payment within a certain time after completion and acceptance of the work or acceptance of the goods. Pendency of claims shall not delay payment of amounts agreed due in the final payment. 68. LEGAL ACTION -No bidder, offeror, potential bidder or offeror, or contractor shall institute any legal action until all statutory requirements have been met. 69. COOPERATIVE PURCHASING -The County may participate, sponsor, conduct or administer a cooperative procurement agreement on behalf of or in conjunction with one or more other public agencies or institutions or localities of the several states, of the United States or its territories, or the District of Columbia, for the purpose of combining requirements to increase efficiency or reduce administrative expenses in any acquisition of goods and services. Except for contracts for professional services, a public body may purchase from another public body's contract even if it did not participate in the Request for Proposal (RFP) or Invitation for Bid (IFB), if the RFP or IFB specified that the procurement was being conducted on behalf of other public bodies. Nothing herein shall prohibit the assessment or payment by direct or indirect means of any administrative fee that will allow for participation in any such arrangement. 70. DRUG FREE WORKPLACE -During the performance of a contract, the contractor agrees to (i) provide a drug -free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor REVISED: 4/4/2013 Appendix A Page 10 of 10 maintains a drug -free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, "drug -free workplace" means a site for the performance of work done in conjunction with a specific contract awarded to a contractor in accordance with this section, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. APPROVED: COUNTY FINANCE DIRECTOR Cheryl B. Shiffler COUNTY ATTORNEY Roderick B. Williams Invitation To Bid For Construct Northside Connector I At Winchester Regional Airport Winchester, Virginia Sealed bids for furnishing all labor, materials, and equipment and performing all work for the above items will be received by the Winchester Regional Airport Authority until 2:00 P.M. local time, <date>, 2016 at 491 Airport Road, Winchester, VA 22602, then publicly opened and read aloud. The successful bidder must comply with requirements set out in the contract documents including all Federally Required Contract Provisions including but not limited to the Buy American Preference, Foreign Trade Restrictions, Davis Bacon Requirements, Affirmative Action Requirements, Government wide Debarment and Suspension, Government wide Requirements for a Drug -free Workplace, and Non - Segregated Facilities Requirements. Plans, Specifications, and other Contract Documents are open to the public at the Winchester Regional Airport. Plans, and specifications for download and a mailed CD containing PDF documents can be purchased at www.deltaairport.com for a nonrefundable fee of $25.00. Bids must be accompanied by a certified check or a bid bond in the amount of not less than 5 percent of the total amount bid. A Contract Performance Bond and a Contract Payment Bond each equal to 100 percent of the Contract Price will be required for the successful Contractor. No bid may be withdrawn for a period of 90 calendar days after the date of receiving bids. A Pre -Bid meeting has been scheduled for <time> A.M./P.M., <date>, 2016 in the Airport Terminal Conference Room, 491 Airport Road, Winchester, VA 22602. The successful bidder shall commence work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete work within the time prescribed in the contract documents. Proposals shall be placed in a sealed envelope addressed to the Winchester Regional Airport, 491 Airport Road, Winchester, Virginia 22602, and labeled in lower left-hand corner: Construct Northside Connector The Winchester Regional Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The Winchester Regional Airport Authority, reserves the right to reject any or all bids, to waive informalities, and to re -advertise. IOKV Construct Northside Connector 15012 ZI0SI IOIOOUu0D apisquON IOWISu0D ANO JOIOOa►Q OAgnooxg IOnutW •g 72UOJQS 'SW Winchester Regional Airport Construct Northside Connector Pre -Bid Meeting DATE: <Same as Invitation to Bid> TIME: 2:00 P.M. LOCATION: Conference Room Airport Terminal Building 491 Airport Road Winchester, VA 22602 All bidders are requested to attend to discuss the proposed construction and the plans and specifications. All potential bidders are strongly urged to attend. AIP PROJECT NO.3-51-0059-033-2015 (DESIGN) AIP PROJECT NO. 3-51-0059-PENDING (CONSTRUCTION) DOAV PROJECT NO. CF0059-33 (DESIGN) DOAV PROJECT NO. CF0059-PENDING (CONSTRUCTION) Pre -Bid Meeting OKV Construct Northside Connector 15012 3Iuula l3a1 glluuoi;ua;ul ZIOS I aotoauuOD apisquON IonalsuO3 ANO 3ullOO i ptg-Dld 1 Bidder Question Form ATTN: Adam D. Switzer, P.E., CM, LEED GA Via FAX: (717) 652-8371 Via EMAIL: aswitzer@deltaairport.com Project: Construct Northside Connector Airport: Winchester Regional Airport Location: Winchester, Virginia Delta Project No: 15012 NOTE TO BIDDERS: 1. Questions shall be submitted no later than five (5) business/working days before bid opening. Questions received beyond this date may not be answered. 2. Bidders are required to utilize this form, or similar form with same information for questions. Date: Bidder Name: Contact Person: Contact Phone #: Contact Fax #: Question: Attach additional pages as needed Page 1 of Bidder Question Form OKV Construct Northside Connector 15012 v Z109I aoloouuo3 OP!syuoN lonalsuOD ANO w.io j uoilsana aappig [I 1 rl 31uula 33al Slluuotjualul IA 1 Electronic File Release Agreement , (Company Name) (RECIPIENT) has requested that Delta Airport Consultants, Inc. (ENGINEER) provide electronic files for the RECIPIENT's use on the (Project Name) project at (Airport Name) Airport, subject to the following terms and conditions. Electronic files are available only to plan holders. ' The ENGINEER's electronic files are compatible with AutoCAD Release 2004 or higher. The ENGINEER makes no representation as to the compatibility of these files with your hardware or your software. Data contained in these electronic files is part of the ENGINEER's instruments of set -vice, who shall be deemed the author and shall retain all common law, statutory law, and other rights, without limitation, including copyrights, and shall not be used by you or anyone else receiving this data through or from you ' for any purpose other than that intended. Any other use or reuse by you or others will be at your sole risk and without liability or legal exposure to the ENGINEER. The RECIPIENT agrees to make no claim and hereby waive, to the fullest extent permitted by law, any claim or cause of action of any nature against the ENGINEER, its officers, directors, employees, agents or subconsultants which may arise out of or in conjunction with the RECIPIENT's use or reuse of the electronic files for any purpose other than that intended. Furthermore, the RECIPIENT shall, to the fullest extent permitted by law, indemnify and hold harmless the ENGINEER from all claims, damages, losses, and expenses, including attorney's fees, arising out of or resulting from such use or reuse, by the RECIPIENT or others, of these electronic files for any purpose other than that intended. These electronic files are not contract documents, nor are they considered as being the engineering drawings for the project. Significant differences may exist between these electronic files and corresponding hard copy contract documents (project engineering drawings) due to addenda, change orders, or other revisions. The ENGINEER makes no representation regarding the accuracy or completeness of the electronic files received by the RECIPIENT. In the event a conflict arises between the signed contract documents prepared by the ENGINEER and electronic files, the signed contract documents shall govern. The RECIPIENT is responsible for determining if any conflicts exist. By the RECIPIENT's use of these electronic files, the RECIPIENT is not relieved of his duty to fully comply with the contract documents, including and without limitation, the need to check, confirm, and coordinate all dimensions and details, take measurements, verify field conditions and coordinate your work with that of other contractors for the project. Because of the potential that the information presented on the electronic files can be modified, unintentionally or otherwise, the ENGINEER reserves the right to remove all indicia of its ownership and/or involvement from each electronic display or file. Signature of this agreement shall cover any and all digital correspondence released from the ENGINEER to the RECIPIENT. Under no circumstances shall delivery of the electronic files for use by the RECIPIENT be deemed a sale by the ENGINEER and the ENGINEER makes no warranties, either express or implied, of merchantability and fitness for any particular purpose. In no event shall the ENGINEER be liable for any ' loss of profit or any consequential damages as a result of your use or reuse of these electronic files. Electronic File Release Agreement vii OKV Construct Northside Connector 15012 RECIPIENT (please print name of company) RECIPIENT's Representative Signature RECIPIENT's Representative (please print) Witness Signature RECIPIENT's Email Address (please print) RECIPIENT's Phone Number Electronic File Release Agreement viii OKV Construct Northside Connector 15012 u I 7/21/2014 AC 150/5370-1OG Part 1— General Provisions Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-05 Air operations area (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 Award. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 Calendar day. Every day shown on the calendar. 10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. Section 10 Definition of Terms OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract. 10-15 Contract time. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection or observation of the contract work and acting directly or through an authorized representative. 10-21 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 Extra work. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-24 Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 Inspector. An authorized representative of the Owner/Engineer assigned to make all necessary inspections, observations and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 Intention of terms. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. It is further understood that the Engineer will not be responsible for the Contractor's procedures or methods for accomplishing the work. If words such as "direct" or the like are used, they shall impart a result and not the means to the result. Section 10 Definition of Tetras OKV Construct Northside Connector 15012 1 1 7/21/2014 AC 150/5370-1OG Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited ' standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-30 Major and minor contract items. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. ' All other items shall be considered minor contract items. 10-31 Materials. Any substance specified for use in the construction of the contract work. 10-32 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. ' 10-33 Owner. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a ' single unit. 10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as ' a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 Performance bond. The approved form of security furnished by the Contractor and his or her ' surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to ' a particular airport. 10-40 Proposal. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-41 Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft. ' Section 10 Definition of Terms OKV Construct Northside Connector 15012 AC 150/5370-IOG 7/21/2014 10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-44 Sponsor. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, hndholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 Subgrade. The soil that forms the pavement foundation. 10-47 Superintendent. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-51 Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 Working day. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. 10-101 Addenda. Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents and become a part thereof. 10-102 FAA Advisory Circular (AC). A document prepared by the Federal Aviation Administration to provide guidance and information in a designated aviation related subject area, including standards, materials, and/or methods. The current edition of AC's, approved by the FAA can be found on the FAA Web Site at http://www.faa.gov/airports_airtraffic/airports/resources/advisory_circulars. 10-103 Install. Unless described otherwise in the plans or specifications, install shall mean to furnish the item(s) referenced and to provide all materials, labor, equipment, and tools necessary to establish the referenced items(s) in place and in the correct working order. 10-104 Notice Of Award. The written notice by the Owner to the apparent low bidder that they are the successful bidder and, that upon compliance with the contract conditions, the Owner intends to execute the contract with the Apparent Low Bidder. Section 10 Definition of Terms OKV Construct Northside Connector 15012 ' 11 7/21/2014 AC 150/5370-IOG 10-105 Shop Drawings. All drawings, diagrams, illustrations, schedules and other data which are prepared by the Contractor, a subcontractor, manufacturer, supplier or distributor and which illustrate the equipment, material or some portion of the Work. All shop drawings shall be approved by the Contractor and submitted to the Engineer for review and acceptance for reasonable conformance to the contract documents. 10-106 Subcontractor. An individual, firm or corporation having a direct contract with the Contractor or with any other subcontractor for the performance of a part of the work at the site. 10-107 Substantial Completion. The work has progressed to the point where, in the opinion of the Owner as evidenced by the Engineer's definitive certificate of Substantial Completion it is sufficiently complete, in accordance with the Contract Documents, so that the Work can be utilized for the purposes for which it is intended. 10-108 Virginia Department Of Transportation Road And Bridge Specifications, Current Edition. The Road and Bridge Specifications of the Commonwealth of Virginia, Department of Transportation, utilized for highway construction. These specifications may be incorporated by reference in some of the technical specifications for this project and shall have the same force and effect as if included in the contract physically. 10-109 Virginia Department Of Transportation Road And Bridge Standards, Current Edition. The Road Designs and Standards of the Commonwealth of Virginia, Department of Transportation utilized for highway design and construction. These standards are incorporated on the plans and specifications by reference and shall have the same force and effect as if included in the contract physically. END OF SECTION 10 Section 10 Definition of Terms OKV Construct Northside Connector 15012 Z 1091 1010auuOD OPSWON 1onjisuOD ANO suuol3o uotlluga(l 01 uolloas I I )luulfl;3a-I slinuolaualul 9 IbIOZ/IZ/L 901-OL£S/0S1 DV Ll n 7/21/2014 AC 150/5370-1OG Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). 20-02 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 Contents of proposal forms. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or ' Section 20 Proposal Requirements and Conditions OKV Construct Northside Connector 15012 AC 150/5370-10G 7/21/2014 materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 Preparation of proposal. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. j J Section 20 Proposal Requirements and Conditions OKV Construct Northside Connector 15012 ' ' 7/21/2014 AC 150/5370-1OG The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such ' waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other ' specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified ' in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by fax or email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 Section 20 Proposal Requirements and Conditions OKV Construct Northside Connector 15012 Z I0S 110103 OD QPRIJON aonlISUOD ANO suoilipuoD put, sluauzaimba-d Ii3sodotd OZ u01103S 0 u H 1 H juuig j3a'I fiIluuollua;ul i, I Oi 1 7lOZ/IZ/L 00I-OL£9/09I Od H ICI F-1 G F-1 L] 7/21/2014 AC 150/5370-1OG Section 30 Award and Execution of Contract 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS Of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. 30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds ' shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. The form of the bonds shall be as included in these contract documents and the Surety shall be authorized to do business in the project locale. In case of default on the part of the Contractor, all expenses ' Section 30 Award and Execution of Contract 11 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 incidental to ascertaining and collecting losses under the bonds, including both engineering and legal services shall lie against the bonds. 30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. 30-09 Insurance. The Contractor shall, at its sole expense, purchase and maintain, and shall require its subcontractors of any tier to purchase and maintain, in full force and effect during the performance of any contract issued hereunder the following insurance coverages with companies acceptable to the Owner: WORKMEN'S COMPENSATION INSURANCE: (including employer's liability insurance) which complies with the laws of all states where services are rendered pursuant to any contract issued hereunder, and any state where employees performing such work are normally employed. The Contractors and Subcontractors of any tier's Workmen's Compensation and Employer's Liability policies shall include an Alternate Employer Endorsement naming the Owner and the Engineer as Alternate Employers. COMMERCIAL GENERAL LIABILITY INSURANCE: written on an occurrence basis at limits of not less than: General Aggregate $2,000,000 Products -Complete Operations Aggregate $2,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $1,000,000 \Fire Damage (Any One Fire) $ 50,000 Medical Expense (Any One Person) $ 5,000 Such insurance shall include, but shall not necessarily be limited to, specific coverage for contractual liability encompassing the indemnification provisions in Paragraph 30-10 INDEMNITY of Agreement, broad form property damage liability, and products, completed operations liability. The Owner and the Engineer shall be named as Additional Insured under the commercial general liability insurance. AUTOMOBILE LIABILITY INSURANCE: providing liability coverage on a Symbol I basis (any auto) and uninsured motorists coverage on a Symbol 6 basis (owned autos subject to a compulsory uninsured motorists law) at limits of not less than $1,000,000. BUILDERS' RISK "SPECIAL CAUSES OF LOSS" INSURANCE: For projects which include buildings, before commencement of the work, the Contractor and any subcontractor shall obtain for the period of the Construction Contract, Builders' Risk "Special causes of loss" Completed Value insurance Coverage (including faulty workmanship, collapse, boiler and machinery, earthquake and flood) upon the entire project which is the subject of the Construction Contract. Such insurance shall include as I 7 U I fl 12 Section 30 Award and Execution of Contract OKV Construct Northside Connector 15012 ' I FJ I I 7/21/2014 AC 150/5370-10G additional named insured: The Owner; the Engineer; and each of their officers, agents, employees, and any other persons with an insurable interest as may be designated by the Owner. PROOF OF INSURANCE: The Contractor shall furnish to the Owner a satisfactory Certificate of Insurance or a certified copy of policy or policies of insurance covering the work as required in the attached specifications for himself, herself and all subcontractors. This shall be furnished at the same time as Performance and Payment Bonds. Neither approval by the Owner, nor a failure to disapprove insurance furnished by the Contractor, shall release the Contractor from full responsibility for liability, damages, and accidents, as set forth herein. WAIVERS OF SUBROGATION: The Owner and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors, if any, and any of their subcontractors, sub - subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this agreement or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors, if any, and the subcontractors, sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of the other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. All insurance required under this section shall remain in full force and effect during the contract time, including any time extensions, and during the one-year warranty period. 30-10 Indemnity. In addition to the above requirements to obtain and maintain Insurance, the Contractor shall agree to hold harmless, indemnify and defend the Owner and Engineer from all claims made against the Engineer, the Owner, their officers, agents, and employees, which arise out of or alleged to arise from any action or omission of the Contractor, or any subcontractor, or any of their officers, employees, or agents, and any and all claims which result from any condition created or maintained by the Contractor or Subcontractor, or any of their officers, employees or agents, which condition was not specified to be created or maintained by this Contract. The agreement to hold Engineer and the Owner, their officers, agents, and employees, harmless shall not be limited to the limits of the Liability Insurance required under the provisions of these Specifications or the Contract, of which these Specifications are made a part. 30-11 Bidders Notice. Bidders are hereby notified and agree by submission of their proposal that should, after award of the contract, additional items not listed on the proposal become necessary and require unit prices not established by the Proposal, that the unit price of such items shall be negotiated and shall be directly proportional to the established unit prices of similar items in the proposal. 30-12 Negotiation. In the event the bid from the lowest responsible bidder exceeds available funds, the Owner may negotiate with the apparent low bidder to obtain a contract price within the available funds. The procedures for such negotiations shall be as follows: a. Owner, Engineer, and apparent low bidder together will review the project and attempt to find mutually agreeable proposed changes that will effectively reduce the cost of the project. b. Apparent low bidder will present reasonably documented and substantiated proposed deductions in project cost for each potential project change which will allow Owner to evaluate each proposed deduction. Section 30 Award and Execution of Contract 13 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 C. The parties will attempt to negotiate and sign a reasonable contract for the entire project, the price of which does not exceed available funds. END OF SECTION 30 I 1 11 14 Section 30 Award and Execution of Contract OKV Construct Northside Connector 15012 , I 1 7/21/2014 AC 150/5370-1OG Section 40 Scope of Work 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-03 Omitted items. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called `Extra Work." Extra Work ' that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but Section 40 Scope of Work 15 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire - rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall fiirnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.g_ov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-06 Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, 16 Section 40 Scope of Work OKV Construct Northside Connector 15012 1 1 7/21/2014 AC 150/5370-1OG I 1 grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner and the Engineer agrees to such method of disposal which shall comply with all federal, state and local requirements. END OF SECTION 40 Section 40 Scope of Work 17 OKV Construct Northside Connector 15012 ZIOSI jolaauuo3 apisyvoN IanilsuoJ n-qp xioM 3o odooS Ob uot;oaS 1 I fl 1 L 3Iuu10 l3a7,(Iluuol;ua;ul 81 1 bIOZ/IZ/L JOI-OL£S/091 DV 1 P, F�J G 1 1 �J 1 I 1 1 7/21/2014 AC 150/5370-1OG Section 50 Control of Work 50-01 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross -sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Owner's and/or Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one Section 50 Control of Work 19 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. See Special Provisions Section 50-04 Cooperation of Contractor. The Contractor will be supplied with five copies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 Construction layout and stakes. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 20 Section 50 Control of Work OKV Construct Northside Connector 15012 1 1 P., 1 1 I J 1 7/21/2014 AC 150/5370-1OG The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): AutoCAD 2004 or newer. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot (15-m) stations Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations. b. Between Lifts at 25-foot (7.5-m) stations for the following section locations: (1) Runways — each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50-foot (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot (15-m) offsets. Section 50 Control of Work 21 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 e. Fence lines at 100-foot (30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 in) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 Automatically controlled equipment. Whenever hatching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. include adjustment, or any other modification to existing facilities, Should the contract work relocation, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall 22 Section 50 Control of Work OKV Construct Northside Connector 15012 11 N I 1 I 7/21/2014 AC 150/5370-1OG have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70-14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may'result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency Section 50 Control of Work 23 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. i If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 t 24 Section 50 Control of Work OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG ISection 60 Control of Materials F 1 F 1 C� 60-01 Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The following air -port light' t is r-equir-e4 for- this eentmet and is to be furnished b5 Centr-after—in aeeei:danee with the t:equir-ements of this subseot-ie„:�=}: 60-02 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on -site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of Section 60 Control of Materials 25 �' OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies frilly comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have frill entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 26 Section 60 Control of Materials OKV Construct Northside Connector 15012 1 I7/21/2014 AC 150/5370-1OG 60-05 Engineer's field office. The Contractor shall furnish, erect, and maintain, for the duration of the 1 project one 360 square foot minimum building for the use of the field Engineers and inspectors, as a field office. This facility shall be an approved weatherproof building fneeting the eu-tent t State, Highway tightly floored and roofed, constructed with an air space above the ceiling for ventilation, and supported above the ground. The width of the office shall not be less than 8 feet and the floor -to -ceiling height shall not be less than 7 feet 6 inches, unless a trailer is provided in which event the width shall not be less than 7 feet 6 inches and the L floor -to -ceiling height shall not be less than 6 feet 6 inches. The inside walls and ceiling shall be constructed of plywood, masonite, gypsum board or other suitable materials. Walls and ceiling shall be insulated. The office shall contain at least 3 windows, each having an area of not less than 540 square inches, and all of which shall be capable of being easily opened and secured from the inside only. Further, the office shall contain at least two (2) doors, having dimensions of not less than 30 inches in width and 78 inches in height. Window screens shall be provided. The door(s) shall be equipped with lock(s) and at least 2 keys ' therefore shall be furnished the Engineer or Resident Project Representative. Steps shall conform to the State Building Code and shall be maintained free of obstructions to provide safe passage. 1 The office shall have satisfactory lighting, water, heating equipment, exhaust fan, air -conditioner and electrical outlets connected to an operational power source. At least one of the light fixtures shall be a fluorescent light situated over the plan and drawing table. ' Fuel for the heating equipment and electrical current shall be furnished by the Contractor. The Contractor shall also furnish and maintain one chemical type and one 2 1/2 gallon pressurized water fire extinguisher of standard commercial quality. The Contractor shall install a toilet facility for the Field Office, which may be either indoor or outdoor. When separate facilities for men and women are not available, a sign with the wording, "Rest Room" (letter heights of 1-inch minimum) shall be placed over the doorway and an adequate positive locking ' system shall be provided on the inside of the doorway to insure privacy. The Contractor shall maintain the toilet facility in a clean and sanitary condition. As a minimum, weekly service and cleaning shall be provided. All requirements of the State and Local Boards of Health, or of other bodies or courts having jurisdiction in the area, shall be provided. An adequate positive locking system shall be provided on the inside of the doorway to insure privacy. The Contractor shall provide a chilled drinking water dispenser and water supply in the field office. Bottled water is satisfactory. This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall install and pay for high speed internet access (minimum of DSL, cable modem, or wireless internet card) in the field office. The Contractor shall furnish facsimile (FAX) machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity. The Contractor and the Contractor's superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials used into the work. ' 60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The 1 Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport Section 60 Control of Materials 27 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. 60-09 Shop Drawings And Samples. As outlined in paragraph 10-105, the Contractor shall review and approve all shop drawings and submittals for conformance to the contract documents before submittal to the Engineer. After reviewing the plans and specifications and/or verifying all field measurements, the Contractor shall submit to the Engineer for review and approval copies of all shop drawings, certificates, and samples. These drawings shall bear a stamp or specific written indication that the Contractor has satisfied the Contractor's responsibilities under the Contract Documents with respect to the review of the submission. The Contractor shall certify the following by placing a stamp or specific written indication on the shop drawings. "This shop drawing has been reviewed by [Name of Contractor] and approved with respect to the means, methods, techniques, sequences, procedures of construction, safety precautions and programs incidental thereto. [Name of Contractor] also warrants that this shop drawing complies with the contract documents and comprises no variations thereto, unless noted below." "[Name of Contractor] certifies that this shop drawing complies with the buy America steel and manufactured products provisions of the Aviation Safety and Capacity Expansion Act of 1991. In accordance with this Act, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 78 Section 60 Control of Materials OKV Construct Northside Connector 15012 I r� ri 11' F� �I, d LJ 1 11 L 7/21 /2014 AC 150/5370-1 OG Components mean those articles, materials, and supplies incorporated directly into steel and manufactured products. The cost of components means the cost for production of the components, exclusive of final assembly. The approximate percent of produce or manufacture in the United States is: %." All submissions shall be identified as the Engineer may require. The data shown on the shop drawings shall be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable the Engineer to review the information. The Contractor shall also submit to the Engineer for review and approval with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that the Contractor has satisfied the Contractor's responsibilities under the Contract Documents with respect to the review of the submission and shall be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. Before submission of each shop drawing or sample, the Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each shop drawing or sample with other shop drawings and samples and with the requirements of the work and the Contract Documents. At the time of each submission, the Contractor shall give the Engineer specific written notice of each variation that the shop drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each shop drawing submitted to the Engineer for review and approval of each such variation. For each shop drawing or sample submittal, the Contractor shall utilize a cover sheet similar in format and content to the "Sample Submittal Form" attached as an appendix to these specifications. The Engineer will review with reasonable promptness, shop drawings and samples, but the Engineer's review will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. The Contractor shall make corrections required by the Engineer, and shall return the required number of corrected copies of shop drawings and submit as required new samples for review and approval. The Contractor shall direct specific attention, in writing, to revisions other than the corrections called for by the Engineer on previous submittals. The Engineer's review of the shop drawings or samples shall not relieve the Contractor from responsibility for any variation from the requirements of the Contract Documents unless the Contractor has, in writing, called the Engineer's attention to each such variation at the time of submission and the Engineer has given written concurrence of each such variation by a specific written notation thereof, incorporated in, or accompanying the shop drawings or sample approval; nor will any review by the Engineer relieve the Contractor from responsibility for errors or omissions in the shop drawings. Where a shop drawing or sample is required by the Specifications, any related work performed prior to the Engineer's review of the pertinent submission will be the sole expense and responsibility of the Contractor. The Contractor shall submit shop drawings electronically, via the Engineers Newforma/Info Exchange site. Section 60 Control of Materials 29 OKV Construct Northside Connector 15012 I AC 150/5370-1OG 7/21/2014 , Contractor shall submit electronic versions of each individual submittal to the Engineer in a printable PDF format. Submittals that are larger than 11 x 17 shall be submitted with one hard copy in addition to , the electronic version. Formatting of the PDF drawings shall be of the same size as the hard copy submittal. The Contractor will be provided access to the Engineer's secured project hosting site (Newforma) via a , personalized password protected account. This site utilizes a web browser interface that requires internet access, and an individual email account. The Engineer will provide the Contractor with submittal protocol and process documentation for the hosting site when the account information is verified and ' configured by the Engineer. The Engineer will return submittals electronically in PDF format. The Contractor shall furnish one hard copy of each individual approved submittal as part of the final bound Operations and Maintenance Manuals, prior to the Final Inspection. END OF SECTION 60 1 H 30 Section 60 Control of Materials OKV Construct Northside Connector 15012 , 1 7/21/2014 AC 150/5370-1OG 1 Section 70 Legal Regulations and Responsibility to Public i, 70-01 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all 1 local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. a 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall ' indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it ' may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the ' construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. , Except as listed above authorized by the Owner, the Contractor shall not permit any individual, firm, or 1 corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. A listing of utilities or other facilities which may be encountered during the work has been provided in this subsection. I 1 1 Section 70 Legal Regulations and Responsibility to Public 31 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 FACILITY OR UTILITY Frederick County Sanitation Authority RJE Telecom Verizon Telephone Rappahannock Electric Cooperative Misc. Utility Washington Gas FACILITIES AND UTILITIES PERSON TO CONTACT (NAME AND TITLE) John Whitacre Tim Kelly Timothy Miller Mark Roy Charles R. Sandy Field Supervisor Virginia 811 811 or 1-800-552-7001 www.va81 Isom Airport Facilities Serena Manuel Executive Director TELEPHONE (540) 665-5690 (540) 333-1947 (540) 868-7920 (540) 622-5138 (800)552-7001 Office (540) 868-7940 Cell (540) 974-6439 (540) 662-5786 Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to 32 Section 70 Legal Regulations and Responsibility to Public OKV Construct Northside Connector 15012 Ll 1 I 1 7/21/2014 AC 150/5370-1OG comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety. The Contractor shall make his/her site Safety Program available to all on -site personnel and visitors. 1 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and ' shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and I maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards ' that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. bless ' For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. ' The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. Open -flame type lights shall not be permitted. 70-09 Use of explosives. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. ' All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any ' building, road, or other place of human occupancy. ' Section 70 Legal Regulations and Responsibility to Public 33 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner . The project phasing can be found in the construction plans. 34 Section 70 Legal Regulations and Responsibility to Public OKV Construct Northside Connector 15012 I 1 fi 1 1 1 I 1 1i ' 7/21/2014 AC 150/5370-1OG Upon completion of any portion of the phased work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work ' so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. ' The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). ' Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 Contractor's responsibility for work. Until the Engineer's final written acceptance of the entire ' completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the ' elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense ' thereof ' If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for 1 normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, 1 and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 Contractor's responsibility for utility service and facilities of others. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, 1 reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. ' To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indieated as felle%-sit ' Section 70 Legal Regulations and Responsibility to Public 35 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-16 Furnishing rights -of -way. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. 36 Section 70 Legal Regulations and Responsibility to Public OKV Construct Northside Connector 15012 ' ' 7/21/2014 AC 150/5370-1OG The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent 1 defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. ' 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places ' published by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, ' or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. ' Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA ' WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. 70-21 REQUIRED CODE OF VIRGINIA CONTRACT PROVISIONS § 2.2-4311. Employment Discrimination by Contractor Prohibited. ' 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of ' race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the ' contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 2. The contractor will include the provisions of the foregoing paragraphs a, b and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. (1982, c. 647, § 11-51; 2000, c. 628; 2001, c. 844.) § 2.2-4312. Drug -free Workplace to be Maintained by Contractor. During the performance of this contract, the contractor agrees to (i) provide a drug -free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for ' employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's ' Section 70 Legal Regulations and Responsibility to Public 37 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug -free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. END OF SECTION 70 I 38 Section 70 Legal Regulations and Responsibility to Public OKV Construct Northside Connector 15012 , ' 7/21/2014 AC 150/5370-1OG 1 Section 80 Execution and Progress F1 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The ' Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Owner and/or Engineer. ' The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 30 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. ' 80-02 Notice to proceed. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the I;Rg+neer Owner in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at leas 48 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval 10 days before the preconstruction meeting. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 2448 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 Limitation of operations. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in 1 the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to ' commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section ' 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant ' communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all 1 Section 80 Execution and Progress 39 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the ' Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows.--1_1 detailed in the Construction Safety and Phasing Plan. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational ' Safety on Airports During Construction. 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be ' conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how ' it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work ' activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and ' that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. ' 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. ' All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a ' proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. , All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent ' property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not , prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall , be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment , 40 Section 80 Execution and Progress OKV Construct Northside Connector 15012 , fl d 1 7/21/2014 AC 150/5370-1OG proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 Determination and extension of contract time. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. ' Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based en WORKING DAYS ..hall be ,.,.leulated weekly by the -Efigi teer. The eefflplefieH Of the e0fltFaet (the ffiginal eentmet time plus the number- Of W8FkiHg > if M5', that haVe been ineluded ifl apffOved CHANGE ORDERS OF SUPPLEMENTAL AGREEMENTS eeve EXTRA WORK). (1) Ne time shall be ehar-ged feF days en whieh the GOHtFaeter- is onable to preeeed with the eipal item of wor-k under- eenstmetien at the fifne fef: eA least six (6) hear-s with the neFmal wer-k fefee Section 80 Execution and Progress 41 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 ased. Should the noftmal work foree be -on a triple shift, 8 hatirs shall apply. Conditions beyend the been OFdeFed by the OwneF f19F FeaSEMS Het the fault of the GentFaeteF, shall not be b eefged against the b b day af4eF the (4) The Efigineff Will not make ehaFgeS agaifist the 6ORtFaet time afteF the date of final aeeeptanee u.r�zf ' i- tl- k t' 50 15 titled FINAL ACCEPTANCE NICE f SeetioN 50 crrrrcc�-rrrn-nrlua�c c c�vrr�'v—ram c� c � c b time, feFth The eE)HtFaet time (stated iH the PFE)POSal) is based on the b the subseetion 20 05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANT144ES of quantities thaR these estimated iH the ff8posal, the eentraet time shall be ineFeased in the same pr-epei4iaff eentfaet tifne that has been eoveFed by inally estimated quantities as deSeFibed in e E)FdeF OF stipplemental affeement and shall be made at the time of final paymeRt. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. The number of calendar days specified in the Contract includes an allowance for 80 percent of the calendar days available for productive work. The Contractor will be entitled to an automatic extension in contract time if requested, when the available days for productive work are less than 80 percent of the established contract time. The Engineer will furnish the Contractor with a copy of his/her weekly statement of the number of calendar days available for productive work. The Engineer shall base his/her weekly statement of available days for productive work on the following considerations: (1) A day will be considered available for productive work regardless of whether the Contractor actually worked or not, if, in the Engineer's opinion, the Contractor could have been able to proceed with a principal work item for at least a 6-hour work period during normal work hours for the project. (2) The Contractor will be allowed one (1) week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. (3) In the event the number of available calendar days for productive work is less than 80 percent, the contract time will be extended until the allowance number of available productive days is achieved. (4) All calendar days elapsing between the effective dates of the Engineer=s order to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. 77 �J I I�] 42 Section 80 Execution and Progress OKV Constrict Northside Connector 15012 ' 7/21/2014 AC 150/5370-1OG ' At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. H If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Schedule Liquidated Damages Cost Allowed Construction Time See project proposal and/or project plan 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or Section 80 Execution and Progress 43 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum of 400 feet from the centerline of an active runway. No equipment will be allowed to park 44 Section 80 Execution and Progress OKV Construct Northside Connector 15012 F1 I 7/21/2014 AC 150/5370-1OG within the approach area of an active runway at any time. No equipment shall be within 200 feet of an active runway at any time. END OF SECTION 80 0 1 n 1 Section 80 Execution and Progress 45 OKV Construct Northside Connector 15012 ZI091 JO1OOuuOD OpisglION 1011alsuOD nxO SSOBOad pu72 U011noaxg Og u0II00S 1 Nuulg ;<3a'I SIluu011ua}ul 9v It7lOZ/IZ/L JOI-OLES M DV ' 7/21/2014 AC 150/5370-1OG Section 90 Measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, ' and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. tStructures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. Pipe will be measured from interior face of downstream structure to interior face of upstream structure. ' In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal ' plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. ' The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will ' not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. ' Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. ' When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume ' measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. ' Section 90 Measurement and Payment 47 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D 1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 % of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 %. 1 1 48 Section 90 Measurement and Payment OKV Constnict Northside Connector 15012 ' ' 7/21/2014 AC 150/5370-1OG In the event inspection reveals the scales have been underweighing (indicating less than correct weight), ' they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for ' furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. ' If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 ' titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price ' bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. ' 90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed ' and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of ' Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the ' work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. ' In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such ' costs. 90-05 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 titled ' EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. Section 90 Measurement and Payment 49 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 ' 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of ' the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. Contractor's Applications for Payment shall be submitted to the Engineer on ' EJCDC Form C-620, or on another form that is similar in format and content. The Contractor shall include the actual percent of DBE subcontract work completed with each application. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five ' hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later full than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and ' payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the ' Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total ' amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95 percent) of the amount payable, less all previous payments, shall be ' certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90- 08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. ' When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. ' The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. ' It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the , Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality ' or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising ' out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include ' all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost , of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other 50 Section 90 Measurement and Payment OKV Construct Northside Connector 15012 1 11 7/21/2014 AC 150/5370-1OG sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. ' c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such ' materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may ' request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and ' escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. ' d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a ' dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. Section 90 Measurement and Payment 51 OKV Construct Northside Connector 15012 11 AC 150/5370-1OG 7/21/2014 �. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50- 16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. ' Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. ' If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. Light -emitting diode (LED) light fixtures with the exception of obstruction lighting, shall be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all electronics. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal ' property, when that damage is the result of. (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. ' d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage. ' f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or ' fraud. 52 Section 90 Measurement and Payment OKV Constrict Northside Connector 15012 7/21/2014 AC 150/5370-1OG 90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. ' e. Provide complete release of all claims for labor and material arising out of the Contract. L Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. END OF SECTION 90 I 11 11, I Section 90 Measurement and Payment 53 OKV Construct Northside Connector 15012 A 7 11 1 Z I09 110100uu0D apisyuON 131111su0D n}AO ;uDwXud puu;uau oinsTaoW Og uO'I33S bS 3Iuula I3arl SlIBuoijua;ul It IOZ/IZ/L DOI-OL£9/09I Od H 1 7/21/2014 AC 150/5370-1OG Section 100 Contractor Quality Control Program 100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $250,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-02 Description of program. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least seven (7) calendar days before the preconstruction conference. Section 100 Contractor Quality Control Program 55 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a frill -time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. 56 Section 100 Contractor Quality Control Program OKV Construct Northside Connector 15012 1 0 I 7/21/2014 AC 150/5370-1OG (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. The Program Administrator shall have frill authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal Section 100 Contractor Quality Control Program 57 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. 100-08 Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. Section 100 Contractor Quality Control Program OKV Constrict Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: ' (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next i day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. Section 100 Contractor Quality Control Program 59 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-11 Noncompliance. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. I END OF SECTION 100 , A E 60 Section 100 Contractor Quality Control Program OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Section 105 Mobilization See Item P-100 of the Technical Specifications. END OF SECTION 105 Section 105 Mobilization 61 OKV Construct Northside Connector 15012 IZ109I 10100UUOD apisyIJoN 101111SUOD ANO uoilurtiigolN SOI uo►;oas 'I 3Iuela I3al XIIUUOIIua;ul F� i t U Z9 I7lOZ/IZ/L JOI-OL£S/091 DV 1 ISection 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) EJ 110-01 General. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S„) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria ' when sampled and tested at the frequencies specified. 110-02 Method for computing PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X= (XI +Xz+X3+...X„)/n Where: X = Sample average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S„) by use of the following formula: z z z tiz Sn = [(di' + dz + d3 + .. A )/(n-1)] Where: S„ = Sample standard deviation of the number of sublot values in the set Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 63 OKV Construct Northside Connector 15012 dt, d2 = Deviations of the individual sublot values xi, x2, ... from the average value X that is: di = (xi -. X), d2 = (x2 - X) ... do = (xn - X) n = Number of sublots L For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/S„ Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/S„ and Qu=(U-X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value Of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. •..1 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n = 4 64 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) OKV Constrict Northside Connector 15012 J i I 1 u I �1 L 1I J 2. Calculate average density for the lot. X=(XI +X2+X3+...X,,)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95% density 3. Calculate the standard deviation for the lot. S„ _ [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2)) / (4 - 1)]1/2 S„= [(1.82+0.16+ 1.82 + 0.16) / 31 1/2 S„= 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / S„ QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X=(Xt+X2+X3... n)/n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57% 3. Calculate the standard deviation S„ for the lot. S„ _ [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57-3.25)2) / (4 - 1)1"2 S,,= [(2.04+0.03 + 1.62 + 0.10) / 3] 112 S„= 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/S„ QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu=(U-X)/S„ Qu = (5.00 - 3.57) / 1.12 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 65 OKV Construct Northside Connector 15012 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. , Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL=(97+93)- 100=90 1 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project j Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. , a. For measurements greater than the average: If (measurement - average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A- 1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% , OR less than (97.95 - 1.463 x 1.15) = 96.27%. 1 66 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) OKV Construct Northside Connector 15012 1� Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Positive Values of Q (QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1 1.0467 1.0435 1.0413 1.0399 1.0389 1 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 1 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 1 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.55,63 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 1 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 1 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 1 0.0786 0.0781 52 0.0725 0.0600 1 0.0562 1 0.0544 1 0.0534 0.0528 0.0524 1 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 1 0.0000 0.0000 0.0000 0.0000 1 0.0000 0.0000 0.0000 1 0.0000 ' Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 67 OKV Construct Northside Connector 15012 Percent Within Negative Values of Q (QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1860 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 1 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 1 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7958 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 1 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 1 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 1 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.8379 -1.8630 1 -1.1541 -1.4700 1 -1.6714 -1.8008 -1.8888 -1.9520 1 -1.9994 1 -2.0362 END OF SECTION 110 d 11 rj 68 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) OKV Constrict Northside Connector 15012 , C Section 200 Federally Required Contract Provisions For Airport Improvement Program ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 25.2% Goals for female participation in each trade: 6.9% These goals are applicable to all of the contractor's construction work (whether or not it is Federal or 1 federally -assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such ' geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. Required Contact Provisions Issued on January 29, 2016 Page 1 AIP Grants and Obligated Sponsors Airports (ARP) 11 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Frederick County, Winchester, Virginia. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. BUY AMERICAN PREFERENCE The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. [l d it I� Required Contact Provisions Issued on January 29, 2016 Page 2 AIP Grants and Obligated Sponsors Airports (ARP) I Certificate of Buy American Compliance for Manufactured Products (Non -building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this ' certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. ' By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless ' extenuating circumstances emerge that the FAA determines justified. Required Contact Provisions Issued on January 29, 2016 Page 3 AIP Grants and Obligated Sponsors Airports (ARP) Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is ' more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: 100% , a) Listing of all product components and subcomponents that are not comprised of US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost , using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title 1 11 Required Contact Provisions Issued on January 29, 2016 Page 4 AIP Grants and Obligated Sponsors Airports (ARP) L J GENERAL CIVIL RIGHTS PROVISIONS The tenant/concessionaire/lessee and its transferee agree to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program. In cases where Federal assistance provides, or is in the form of personal property; real property or interest therein; structures or improvements thereon, this provision obligates the party or any transferee for the longer of the following periods: ' (a) The period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) The period during which the airport sponsor or any transferee retains ownership or possession of the property. TITLE VI SOLICITATION NOTICE: The Winchester Regional Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, ' disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 1 Required Contact Provisions Issued on January 29, 2016 Page 5 AIP Grants and Obligated Sponsors Airports (ARP) Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) F Page 6 1 Ll ij Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); ' • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); 0 Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, ' (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub - recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Required Contact Provisions Issued on January 29, 2016 Page 7 AIP Grants and Obligated Sponsors Airports (ARP) Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) n it CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this clause. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. I Required Contact Provisions Issued on January 29, 2016 Page 9 AIP Grants and Obligated Sponsors Airports (ARP) COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. DAVIS-BACON REQUIREMENTS Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and LJ Required Contact Provisions Issued on January 29, 2016 Page 10 AIP Grants and Obligated Sponsors Airports (ARP) I Ll (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. I (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized ' representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly ' cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2 Withholding. The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the ' contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of Required Contact Provisions Issued on January 29, 2016 Page 11 AIP Grants and Obligated Sponsors Airports (ARP) work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any fin-ther payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://Www.doLgovlesalwhd/formslwh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) F�l Fi 1 I Page 12 i � I 1 (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the fill wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide ' apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary ' employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or ' Required Contact Provisions Issued on January 29, 2016 Page 13 AIP Grants and Obligated Sponsors Airports (ARP) otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the frill amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the frill amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than frill fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 14 The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. ' The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis -Bacon and Related Act Requirements. ' All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. u (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Required Contact Provisions Issued on January 29, 2016 Page 15 AIP Grants and Obligated Sponsors Airports (ARP) CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the Winchester Regional Airport Authority. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Winchester Regional Airport Authority. This clause applies to both DBE and non -DBE subcontractors. RACE/GENDER NEUTRAL LANGUAGE The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Lancaster Airport Authority to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 16 P I SOLICITATION LANGUAGE (PROJECT GOAL) The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with their proposal on the forms provided herein: (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm listed under (1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal; ' (5) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26. ' The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE's written confirmation of participation "within 5 days of receiving the Owners notice of award" or "with the proposal documents as a condition of bid responsiveness." TEXTING WHEN DRIVING ' In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/l/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant finds to adopt and enforce safety policies that decrease crashes ' by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. ' In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 620let seq). 1 Required Contact Provisions Issued on January 29, 2016 Page 17 AIP Grants and Obligated Sponsors Airports (ARP) EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency 7 0 E P n Required Contact Provisions Issued on January 29, 2016 Page 18 AIP Grants and Obligated Sponsors Airports (ARP) I n H the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract Required Contact Provisions Issued on January 29, 2016 Page 19 AIP Grants and Obligated Sponsors Airports (ARP) as percentages of the total hours of employment and training of minority and resulted are expressed p gg tY female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction ' work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being ' performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in ' meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. ' 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion ' of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts frilly and shall , implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen; superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the ' organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor ' by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the ' contractor has a collective bargaining agreement has not referred to the contractor a minority person Required Contact Provisions Issued on January 29, 2016 Page 20 AIP Grants and Obligated Sponsors Airports (ARP) , or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training ' programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite ' supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the ' time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. �I u 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. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. ' Required Contact Provisions Issued on January 29, 2016 Page 21 AIP Grants and Obligated Sponsors Airports (ARP) in. 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 non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, snakes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 22 u Lj �I L 11 7 I H specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon' the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The contractor has frill responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division Required Contact Provisions Issued on January 29, 2016 Page 23 AIP Grants and Obligated Sponsors Airports (ARP) C� CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of 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. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. PROHIBITION of SEGREGATED FACILITIES (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 24 R 11 I�] L u (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in frill text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.epa.gov/epawaste/conserve/tools/cpg/products/. Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. 1 Required Contact Provisions Issued on January 29, 2016 Page 25 AIP Grants and Obligated Sponsors Airports (ARP) RIGHTS TO INVENTIONS Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within in the 37 CFR §401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental or research work. TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: c) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; d) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; e) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and f) reasonable and substantiated expenses to the contractor directly attributable to Owner's termination action Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 26 Ll I u I n TERMINATION FOR DEFAULT (CONSTRUCTION) ' Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due default of the Contractor. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - ' a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate ' against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. ' firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America ' and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 1 The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or ' (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and ' information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on ' Required Contact Provisions Issued on January 29, 2016 Page 27 AIP Grants and Obligated Sponsors Airports (ARP) the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. DAVIS BACON WAGE RATES General Decision Number: VA160128 01/08/2016 VA128 Superseded General Decision Number: VA20150128 State: Virginia Construction Type: Highway Counties: Alleghany, Appomattox, Augusta, Bath, Bland, Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton Forge*, Covington*, Craig, Cumberland, Dickenson, Floyd, Franklin, Frederick, Galax*, Giles, Grayson, Halifax, Harrisonburg*, Henry, Highland, Lee, Lexington*, Martinsville*, Montgomery, Nelson, Norton*, Page, Patrick, Prince Edward, Pulaski, Radford*, Rockbridge, Rockingham, Russell, Salem*, Shenandoah, Smyth, South Boston*, Staunton*, Tazewell, Waynesboro*, Winchester*, Wise and Wythe Counties in Virginia. *INDEPENDENT CITIES HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUVA2013-001 09/20/2013 Rates ASBESTOS WORKER ..................$ 12.66 CARPENTER (STRUCTURE) ............ $ 18.21 CEMENT MASON/CONCRETE FINISHER ... $ 19.35 ELECTRICIAN ......................$ 17.05 FORM SETTER ......................$ 16.00 IRONWORKER, REINFORCING .......... $ 22.71 IRONWORKER, STRUCTURAL ........... $ 24.00 LABORER Asphalt Raker ...............$ 14.51 Blaster .....................$ 21.80 Construction Worker I (Skilled Laborer ............ $ 15.30 Construction Worker II (Laborer) ...................$ 12.37 Deckhand....................$ 13.70 Fence Erector ...............$ 12.83 Flagger.....................$ 11.45 Grade Checker ...............$ 15.25 Guardrail Erector ........... $ 13.18 Landscape Worker ............ $ 12.27 Pipe Layer ..................$ 16.75 Power Tool Operator ......... $ 14.00 Sign Erector ................$ 15.27 PAINTER ..........................$ 25.00 POWER EQUIPMENT OPERATOR: Air Compressor ..............$ 11.75 Asphalt Distributor ......... $ 15.26 Asphalt Paver ...............$ 16.02 Backhoe.....................$ 17.79 Boom/Auger..................$ 29.00 Bulldozer (Utility) ......... $ 15.38 Fringes ' Required Contact Provisions Issued on January 29, 2016 Page 29 AIP Grants and Obligated Sponsors Airports (ARP) Bulldozer ...................$ 19.36 Concrete Finish Machine Screed, Bridge ..............$ 34.60 Concrete Finish Machine ..... $ 34.60 Concrete Paving Machine ..... $ 13.94 Concrete Pump ...............$ 16.45 Concrete Saw ................$ 22.50 Crane, Derrick, Dragline.... $ 26.68 Crusher Tender ..............$ 17.00 Drill Operator ..............$ 20.00 Excavator (Gradall)......... $ 20.53 Front End Loader ............ $ 19.36 Hydro Seeder ................$ 16.64 Log Skidder.................$ 16.00 Mechanic ....................$ 15.89 Mobile Mixer ................$ 10.45 Motor Grader (Fine Grade) ... $ 26.13 Motor Grader (Rough Grade)..$ 20.64 Oiler, Greaser ..............$ 19.23 Pavement Marking Operator ... $ 15.44 Pavement Marking Truck Operator ....................$ 18.00 Pavement Planing Groundman..$ 14.04 Pavement Planing Operator ... $ 17.28 Pile Driver, Leadsman....... $ 21.70 Pile Driver .................$ 15.00 Pipe Boring/Jacking Machine Operator ............ $ 11.00 Plant Operator ..............$ 13.45 Roller (Finish) .............$ 13.61 Roller (Rough) ..............$ 15.85 Scraper Pan .................$ 12.78 Shot Blast Machine .......... $ 14.94 Shovel Operator (2 yds and under) ......................$ 10.41 Shovel Operator (over 2 yds)........................$ 11.50 Slip -Form Paver .............$ 9.50 Slurry Seal Paver Machine Operator ....................$ 14.23 Slurry Seal Paver Truck Operator ....................$ 10.43 Stabilizer Operator ......... $ 9.55 Stone -Spreader ..............$ 13.54 Subgrade Machine Operator ... $ 11.50 Tractor Operator (Crawlers).$ 14.08 Tractor Operator (Utility)..$ 12.25 Trenching Machine ........... $ 12.00 Vacuum Machine ..............$ 19.25 TRAFFIC SIGNALIZATION: Traffic Signal Installation ...... $ 21.91 TRUCK DRIVER Fuel and Lubricant Service Truck Driver ................$ 16.25 Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 30 A 1 i 1 1 1 1 1 1 1 Transit Mix Truck Driver .... $ 12.25 ' Truck Driver (Single, Tandem & Multi Rear Axle) ... $ 15.19 Truck Driver, Heavy Duty ' (7 c.y. & under) ............ Truck Driver, Heavy Duty $ 15.50 (over 7 c.y.)............... $ 16.69 WATERPROOFER .....................$ 13.16 WELDER ...........................$ 15.76 ---------------------------------------------------------------- ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the ' cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). ' Union Rate Identifiers A four letter classification abbreviation identifier enclosed 1 in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, ' 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) Page 31 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) 1 1 1 1 1 1 1 Page 32 1 because those Regional Offices have responsibility for the ' Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. ' With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: ' Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. ' Washington, DC 20210 The request should be accompanied by a full statement of the ' interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. ' 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ' Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. ' Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Required Contact Provisions Issued on January 29, 2016 Page 33 AIP Grants and Obligated Sponsors Airports (ARP) Intentionally Left Blank Required Contact Provisions Issued on January 29, 2016 AIP Grants and Obligated Sponsors Airports (ARP) ISpecial Provisions SP-1 Additional Insured Requirements ' The Contractor shall specify the Owner and the Engineer as named additional insured in all insurance required under the provisions of Section 30-09 "Insurance". The Contractor shall provide an allowance for the cost, if any, for providing this additional insurance. Upon receipt documenting actual amount and proof of payment, the Contractor can submit for the actual cost under item "SP-1 Non-AIP Insurance" up ' to the allowance amount. Any additional cost above the allowance shall be at the Contractor's expense. SP-2 FAA Specifications All FAA specifications are denoted with the AC reference and date of revision at the beginning of each specification section. The title of any non -FAA specification will be shaded. Modifications by way of additions to the FAA standard are denoted with shaded text. ' SP-3 Quality Control Plan A Contractor Quality Control Program, in accordance with General Provision Section 100, is required for ' this project. SP-4 Conflict With Other Controls In the event of conflict between these requirements and pollution control laws, rules, or regulations or other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The CONTRACTOR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. ' SP-5 Pavement Loading The existing airport pavements are designed for aircraft on single and dual gear configurations. The ' CONTRACTOR shall preserve and/or protect existing and new pavements from damage due to construction operations. Existing pavements which are damaged shall be replaced or repaved at the CONTRACTOR'S expense. The CONTRACTOR shall take immediate action to alleviate the problem. ' SP-6 Communications The CONTRACTOR shall keep the resident project representative apprised of his/her scheduled ' construction activities in order to allow proper notification of the airport manager and airport operators. As a minimum, weekly meetings to discuss construction progress and location should be anticipated. The CONTRACTOR shall have a two-way radio at the jobsite at all times work is in progress. The ' CONTRACTOR shall monitor the Common Traffic Advisory Frequency (CTAF) or Airport UNICOM frequency. SP-7 Aircraft Operations It is the intent of the OWNER to minimize interference with aircraft operations. The CONTRACTOR shall coordinate his/her activities while working near the aircraft operational area, so as to create minimal interference with aircraft operations. Before starting his/her operations at any location on the airport, the ' CONTRACTOR shall assure proper safety precautions and separations are in place in accordance with the Plans, Construction Safety Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD), all prepared in accordance with FAA Advisory Circular (AC) 150/5370-2F, ' "Operational Safety on Airports During Construction". Special Provisions 3/17/15 1 OKV Construct Northside Connector 15012 1 SP-8 Contractor's Responsibility For Utility Service And Facilities Of Others The following statements concerning FAA cables and FAA NAVAID equipment shall apply to this project. (a) The local FAA Airway Facilities Sector Field Office (AFSFO) personnel, will, upon notification, mark all FAA cables in the vicinity of construction once, prior to the start of work. The CONTRACTOR shall be responsible for any damage to cables within three feet of the marked cable route. Should he/she damage any cables he/she shall immediately take all steps necessary for the repair of the cable. If the repair necessitates any work on the part of the local FAA personnel, the CONTRACTOR will be billed for all costs incurred. (b) The CONTRACTOR shall minimize, as much as possible, locations where haul routes will cross earth buried FAA cable. At such crossing points, the cable must be protected with steel boiler- plate or a similar structural device. (c) At times when either threshold is displaced or equipment is operating in an ILS clear zone, that respective ILS must be taken off the air. Also, when equipment is operating between a localizer antenna and its associated landing threshold, that localizer must be taken off the air. The work must be closely coordinated with the local AFSFO to eliminate unnecessary shutdowns. SP-9 Record Drawings The CONTRACTOR shall maintain during the work and shall provide the ENGINEER with one set of marked prints showing any modifications between the original plans and final "as -constructed" conditions. The CONTRACTOR shall provide the marked set of drawings to the ENGINEER at the final inspection. SP-10 Final Inspections The Engineer will attend a final inspection and if necessary, one follow-up final inspection of the completed work and the completed punch list items, respectively. These inspections will be scheduled when the Contractor indicates that the work is complete and ready for final inspection or that the punch list is totally complete and the final inspection can be made. If the Engineer is required to conduct more than two (2) final inspections outlined above, the charges for the Engineer's services associated with such additional inspections shall be deducted by the Owner from the Contractor's final payment for the project. SP-11 Existing Airfield Features The Contractor shall protect existing items on the airfield that are not identified to be removed or modified. This may include pavements, markings, lighting fixtures, signs, survey monuments, etc. An inventory of conditions of the project and all items that are to remain shall be taken before construction begins and the Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-12 Project Schedule The Contractor shall submit prior to the Preconstruction Conference a detailed progress schedule for the entire project. The schedule shall be developed in a "Critical Path Method" (CPM) format to include production rates per work period and time for mobilization and demobilization. Once the Contractor's schedule has been reviewed by the Engineer, any deviations must be incorporated into an updated schedule and submitted for review by the Engineer. The initial schedule will be used as a baseline for determining impacts to the critical path items of the schedule due to weather or other items as may be documented by the contractor that is potentially a reason to extend the contract time period Special Provisions 3/17/15 OKV Construct North;idc ( onnmor 1 �u 1 1 L The Contractor shall review the project schedule with the Engineer and/or Resident Project ' Representative prior to submittal of the monthly Contractor Pay Request. Any update seemed necessary by the Engineer, RPR or Contractor shall be incorporated into an updated schedule. The updated schedule shall be submitted with the pay request. The Pay Request will not be processed unless an ' accurate up-to-date schedule is on file with the Engineer. SP-13 Contract Time Extensions The Contractor shall be responsible for providing justification and documentation for proposed time extensions. The Contractor shall submit the justification and documentation along with a copy of the original and updated project schedules to the Engineer for review. The number of calendar days specified in the Contract includes an allowance for 80 percent of the calendar days available for productive work (i.e. 20% of the project time anticipates rain or other impacts to the overall schedule). ' The Contractor will be entitled to an automatic extension in contract time if requested, when the available days for productive work are less than 80 percent of the established contract time. The Engineer will furnish the Contractor with a copy of his/her weekly statement of the number of calendar days available ' for productive work. The Engineer shall base his/her weekly statement of available days for productive work on the following considerations: A day will be considered available for productive work regardless of whether the Contractor actually ' worked or not, if, in the Engineer's opinion, the Contractor could have been able to proceed with a principal work item for at least a 6-hour work period during normal work hours for the project. The Contractor will be allowed one (1) week in which to file a written protest setting forth his/her ' objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. In the event the number of available calendar days for productive work is less than 80 percent, the contract time will be extended until the allowance number of available productive days is achieved. No provisions of this article shall be construed as entitling the Contractor to compensation for delays due ' to inclement weather, for suspensions made at the request of the Contractor, for any other delay provided for in the contract, plans, or specifications. SP-14 Construction Flags and Amber Lights ' During day activities, the Contractor shall furnish aircraft warning flags, in aeronautical areas, colored orange and white, three feet (Y) by three feet (3') in a checkerboard pattern for equipment and flagmen use. Flags on equipment shall be mounted on a staff not less than eight feet (8') in length. Each truck or ' other piece of equipment of the Contractors shall have a warning flag attached to it, in a vertical and clearly visible position ' During night activities the Contractor shall furnish amber hazard beacon for equipment. Beacons shall be mounted on each vehicle at a location(s) where is will be visible at all times and from all directions. SP-15 Alternates ' The alternates developed under this project have been designed for budget flexibility. Each lower numbered alternate includes the work of higher numbered alternates. The bid proposal quantities for each alternate are independent, i.e., only one alternate will be awarded if the Owner elects to make an award. ' The Owner reserves the right to award the alternate which is in the best interest of the Owner. ' Special Provisions 3/17/15 3 OKV Construct Northside Connector 15012 SP-16 Utility Conflicts The Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by the Engineer. No additional payment will be made for rerouting utilities due to conflicts. The Contractor shall be responsible for repair to utilities in service which are damaged by the Contractor's men and equipment. The Contractor shall assume all risk and liability for any inconvenience, delay, or expense that may be occasioned by public utilities. No additional compensation will be allowed for delays, inconvenience, or damage sustained by the Contractor due to interference from the said utility appurtenances or the operations of moving them. The time for completion may be extended if it is determined by the owner that a project delay to critical path work items has occurred. SP-17 Testing General The Contractor shall inform the Engineer when work in progress or an area will be subject to or has been prepared for testing. Timely communication between the Contractor and the Engineer will be required to schedule needed testing. All quality assurance testing will be performed by the Owner's testing laboratory under the direction of the Engineer. The Contractor is advised that the cost of failing tests requiring additional tests to confirm compliance will be deducted from the monies due to Contractor through the Progress Payment Process. For materials requiring test strips (P-401, P-403, etc.), this shall include costs incurred after two (2) failing test strips. The testing laboratory shall not be used by the Contractor for quality control purposes. The Contractor shall provide quality control testing in accordance with Section 100. SP-18 Materials Testing The Contractor shall provide actual test results and/or certifications for all materials incorporated into the work to assure his/her compliance with the contract specifications. Current ASTM, AASHTO, and/or federal specifications on the date of advertisement for bids shall be used. The latest edition of other referenced specifications, handbooks or documents shall be used. Prior to installing, placing, or incorporating any materials into the work, the Contractor shall provide four (4) copies of the materials tests and/or certifications required by the specifications to the Engineer. The Testing/Certification submittals required by the specifications shall be provided by the Contractor to the Engineer at the Contractor's expense. The required submittals shall be all tests and certifications required by the specifications. SP-19 Dust Control The Contractor is advised that aircraft maintenance operations are conducted adjacent to the project. Special attention to dust control will be required during the course of the project. The use of water and calcium chloride shall be anticipated. The Engineer reserves the right to halt work or hauling in non- conforming areas, if corrective actions are not promptly taken by the Contractor to control dust. SP-20 Storm Water Pollution Prevention Plan The appendices of these specifications includes a sample or draft copy of the Storm Water Pollution Prevention Plan (SWPPP). The Contractor shall be responsible for developing and executing a SWPPP plan. A copy of the SWPPP shall be submitted to the Engineer for approval and one (1) copy of the approved and executed plan shall be kept on -site at all times. The cost of completing the SWPPP and implementing its practices shall be considered incidental to the cost of the project. 4 Special Provisions 3/17/15 OKV Construct Northside C nnc�:tor I COI? 1 n 1 1 1 LJ I� SP-21 On -Site Contractor Supervision The Contractor shall keep on the project at all times during its progress, a competent resident superintendent whose name and qualifications shall be furnished to the Engineer at the Pre -Construction Meeting and who shall not be replaced without prior written notice to the Engineer, except under ' extraordinary circumstances, in which event immediate written notice shall be given to the Engineer. The superintendent will be the Contractor's representative at the site and shall have the authority to act on behalf of the Contractor and to receive any and all notices or instructions given pursuant to the Contract Documents. The superintendent shall be an employee of the Contractor. The Contractor shall provide competent and suitable personnel, equipment and supplies to perform the work required by the Contract Documents. He/she shall at all times maintain good discipline and order at the site. ' SP-22 Storage / Staging Area All construction material storage, equipment, and vehicle parking will be designated by the Owner. ' Under no circumstances shall material, equipment, and/or vehicles be stored in such a place as to create an obstruction to vehicular traffic. All storage shall be limited to the designated area(s) on the project site; no storage of any equipment or material shall be allowed at any place other than the project site unless otherwise approved by the Owner. ' SP-23 Security The Contractor shall be responsible for the security of his equipment and materials, as well as the security ' of the equipment and materials of his agents and Subcontractors. Further, he shall be responsible for the security of all entrances to the project site. The Contractor shall provide the Owner or its designated representative a list of all his employees as well as a list of all the employees of his Subcontractors and shall, during the work of the project, advise such designated agent of changes to the list of personnel working on the project. The Contractor shall be responsible for the direct supervision of his employees, those of his agents and Subcontractors at all times while on the project site. The Contractor shall exercise and take all precautions in the storage and dispensing of all flammable liquids such as, but not limited to, gasoline, fuel, and lubricants. SP-24 Motorized Vehicles The Contractor shall be responsible for the actions of his employees, agents, and Subcontractors. ' Personnel who do not abide by the applicable rules and regulations shall be subject to prosecution. All motorized vehicles and equipment operating on the project site and anywhere else on the Airport shall not exceed a speed of 15 mph, and all aircraft shall have priority over all motorized vehicles and ' equipment. SP-25 Debris Waste and loose material shall be removed immediately and continuously during the construction work of the project. The removal and disposal of all debris shall be the responsibility of the Contractor. All debris shall be disposed of off the project site and the Airport property in conformance with prevailing ' local ordinances, codes, and Federal laws. SP-26 Permanent Check Dams ' This item shall consist of the installation of permanent check dams for the S.R. 611 dry swales in accordance with the plans and as ordered by the Engineer. The check dams shall be Permanent Rock Check Dams, Type II in accordance with Standard EC-4 of the Virginia Department of Transportation ' Road and Bridge Standards. ' Special Provisions 3/17/15 OKV Construct Northside Connector 15012 m hall be made at the contract unit rice per each for Item SP-26, ' Payment for the concrete check dams s p "Permanent Check Dam, Type II". This price shall be full compensation for completing the work as ' specified, and for all labor, equipment, tools, and incidentals necessary to complete the work as shown in the plans and to the satisfaction of the Engineer. END OF SPECIAL PROVISIONS Special Provisions 3/17/15 OKV Construct Northside Connector 15012 Part 2 — Earthwork ' Item P-100 Mobilization ' (Originally published as Section 105 of FAA AC 150/5370-10G) 100-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. n 1 100-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 100-2.1 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF ITEM P-100 Item P-100 Mobilization 7 OKV Construct Nortside Connector 15012 Ll 10c 11ol')auuo,-) apicglJoN 1lnllsuoJ ANO uollezil[9olN 001-d Wall 8 )Iuu18 Jja-I'illuuollualui IItem P-150 Demolition DESCRIPTION 150-1.1 This item shall consist of the demolition of existing structures, plugging of pipes and items as ordered by the Engineer to remove and or abandon existing features within the project limits, as designated on the plans, or as ordered by the Engineer. CONSTRUCTION METHODS ' 150-2.1 General. All spoil materials, removed as a result of the demolition, shall be disposed of by removal to off -site disposal areas. The Contractor shall obtain necessary permissions and/or permits for this off -site disposal. ' The removal of existing structures and utilities required to permit orderly progress of work shall be accomplished by the Contractor, unless otherwise shown on the plans. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility, owned by others, is encountered and ' must be removed or relocated, the Contractor shall coordinate the removal or relocation as described in the General Provisions. ' 150-2.2 Demolition. Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials there from shall be removed from the site. The remaining or existing foundations, and all like structures, shall be destroyed by breaking out or breaking down the materials of which the foundations, etc., are built to a depth at least 2 feet (60 cm) ' below proposed subgrade elevations, bottom of foundation elevations or the existing surrounding ground. All broken concrete, blocks, or other objectionable material shall be removed and disposed of off -site by the Contractor. The holes or openings shall be backfilled with acceptable material and properly ' compacted in accordance with Item P-152. Fences shall be removed and disposed of when ordered by the Engineer. Unless otherwise noted, fence removal shall include fabric, posts, foundations and all appurtenances and filling holes left by fence post ' removal. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a designated location if the fence is to remain the property of the Sponsor. Otherwise, the fence should be disposed of off -site by the Contractor. ' Demolition of electrical items shall include the removal of transformers, cans, extensions, flanges, concrete bases, poles, cable, etc. that are to be replaced as part of this project. All fixtures desired by the Owner shall remain the property of the Owner and be stored on -site at a location designated by the Owner. All other electrical demolition items shall be disposed of off -site by the Contractor in a lawful manner. METHOD OF MEASUREMENT 150-3.1 Payment for the miscellaneous demolition will be made on a lump sum basis wherein no measurement will be made. ' Item P-150 Demolition OKV Construct Northside Connector 15012 BASIS OF PAYMENT ' 150-4.1 Payment shall be made at the contract lump sum price for miscellaneous demolition. This price , shall include the demolition of all utilities, fence, sidewalk, curb, and structures, within the limits shown or specified in the plans. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. ' Payment will be made under: Item P-150-4.1 Miscellaneous Demolition -- per lump sum END OF ITEM P-150 10 Item P-150 Demolition OKV Construct Northside Connector 15012 1 7/21 /2014 AC 150/5370-1 OG IItem P-152 Excavation, Subgrade, and Embankment DESCRIPTION ' 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with ' these specifications and in conformity to the dimensions and typical sections shown on the plans. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as ordered by the Engineer. When the volume of the excavation exceeds that required to construct the embankment to the grades indicated, the excess shall be used to grade the areas of ultimate development or wasted off -site. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be supplied from borrow sources at locations within the airport or other authorized areas. 152-1.2 Classification. All material excavated shall be classified as defined below: ' a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. c. Muck excavation. Muck excavation shall consist of the removal and disposal of deposits or mixtures of soils and organic matter not suitable for foundation material. Muck shall include materials that will decay or produce subsidence in the embankment. It may consist of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. Material in a saturated state does not necessarily constitute muck even thought in its saturated state it may not be suitable for use in embankment. However, when aerated and dried it could be acceptable for subgrades or embankments. 1 152-1.3 Unsuitable excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable ' for topsoil may be used on the embankment slope when approved by the Engineer. CONSTRUCTION METHODS ' 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed as ordered by the Engineer. in . The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of off -site. in waste aFeas shown en the plans. All waste areas shal4 OR the PlaRS E)F appFeved by the ffeffi Shall not emteRd above the SUFfaee elevation of adjaeemt usable aFeas of the aiFpef4, tifiless speeified When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70- 20. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. ' Item P-152 Excavation, Subgrade, and Embankment l 1 OKV Construct Northside Connector 15012 Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches, to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. All test boring data shown on the plans or in reports is for information only and is not a guarantee of existing conditions. Each bidder shall investigate the site sufficiently to satisfy himself in this regard prior to bidding. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated and/or placed in embankment. No payment will be made for any excavated material which is used for purposes other than those designated. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans off -site. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph 152-3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the Engineer. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. The cost is incidental to this item. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for muck excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not 12 Item P-152 Excavation, Subgrade, and Embankment OKV Construct Northside Connector 15012 I F U L F1 L I 1 7/21/2014 AC 150/5370-1OG be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as diFeeted by the haginee off - site. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. e. Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth of 12 inches and to a density of not less than 98 percent of the maximum density as determined by ASTM D1557. The material to be compacted shall be within f2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted as directed by the Engineer and in accordance with the following: ' Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired by the Contractor. The cost of repair is incidental to this item. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all Federal, state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval will not relieve the Contractor of his or her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approval. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the approval of the Engineer. The Contractor shall submit the blasting plan at least thirty (30) days prior to the start of blasting operations. The Contractor shall keep a record of each blast: its date, time and location; the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. Item P-152 Excavation, Subgrade, and Embankment 13 OKV Construct Northside Connector 15012 the blasting operations to eliminate fly -rock from airport operation surfaces The Contractor must conductg p y rp P and from off airport property. If natural overburden provides insufficient cover, the Contractor shall spread a soil blanket or utilize mats to preclude fly -rock. Vibrations must be maintained at or below acceptable levels to prevent damage or interference to airport equipment and operations and adjacent off - airport properties. E Proof rolling. After compaction is completed, the subgrade area shall be proof rolled with a heavy ' pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds and inflated to a minimum of 125 psi in the presence of the Engineer. Apply a minimum of two (2) coverages, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch or show permanent deformation greater than 1 inch shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. e*eava4ion shall be made enly a4 these designated lE)r8atiE)RS aREI W.thiR the hE)FiZE)Rtal and VeFti6al lifflitS Centfaeter- shall neti6, the E;ngiReeF a4 least 15 days PFiOF to beginning the wieavation so neeessai�' 152-2.4 Drainage excavation. Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas, disposed of off -site, or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to , the required cross-section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 Preparation of embankment area. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches. All vegetation such as brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other similar material within the area upon which embankment is to be placed shall be , stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. This area shall then be compacted as indicated in paragraph 152-2.6. Whefi the height of fill is gFefl4ff than 4 feet, sod net required to be removed shall e1bafikmeiA-. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or , broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 14 Item P-152 Excavation, Subgrade, and Embankment OKV Construct Northside Connector 15012 1 1 7/21/2014 AC 150/5370-1OG Material suitable for topsoil shall be stripped and handled as described in Subsection 2.10. No direct payment will be made for stripping topsoil for embankment preparation. 152-2.6 Formation of embankments. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within f2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 2,400 square yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 900A of ma*imum density for cohesive soils as determined by ASTM D1557. Under all areas to be paved, the embankments shall be compacted to a depth of 12 inches and to a density of not less than 98 percent of the maximum density as determined by ASTM D1557. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in -place field density shall be determined in accordance with ASTM D1556 or ASTM 6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938.. The Engineer shall perform all density tests. Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 Item P-152 Excavation, Subgrade, and Embankment 15 OKV Construct Northside Connector 15012 feet in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet below the finished subgrade. There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 Finishing and protection of subgrade. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Engineer in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 152-2.9 Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12-foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch, or shall not be more than 0.05 feet from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 350 feet of runway pavement or 75 feet 6 inches of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. 16 Item P-152 Excavation, Subgrade, and Embankment OKV Construct Northside Connector 15012 Li I h t7/21/2014 AC 150/5370-JOG Immediately prior to dumping and spreading the topsoil in any area, the surface shall be loosened by disc or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of two (2) inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared and all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting shall be removed. Grades on the areas to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. The topsoil shall be evenly spread in the prepared areas to a uniform depth of 4-6 inches after compaction, unless otherwise shown on the plans or ordered by the Engineer. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation of tilling. After spreading, any large, stiff clouds or hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. No separate payment or measurement for payment will be made for stockpiling, spreading, shaping, or any handling of topsoil. This item is considered incidental to this specification item. Ne dir-eet payment will be made for- topsoil und!F lteffl P 152. The quantity Fenieved and plaeed diFeetly When b b y T 905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. The topography shown on the plans has been used to prepare original project cross -sections. Final cross - sections will be spot checked at the completion of the work to determine the final payment quantity. If the Contractor elects, he may engage a Registered Surveyor to cross-section the grading area to verify the topography. The Contractor shall furnish the Engineer written notice of such surveys. Any discrepancies shall be resolved before grading operations begin for original sections or within ten (10) days after notification of final payment quantity by the Engineer for final sections. Separate measurement shall not be made for stockpiled materials or topsoil. Over excavation to allow for topsoil in excavation areas shall not be measured for payment and the cost thereof shall be included in the unit price. Cost for stockpiling of materials and/or handling topsoil shall be included in the Contractor's unit price for embankment and/or handling topsoil per cubic yard. Item P-152 Excavation, Subgrade, and Embankment 17 OKV Construct Northside Connector 15012 1 measured for payment. If topsoil depths exceed 6 Stripping of topsoil In embankment areas shall not be p y p p inches, the quantity below the 6 inch depth will be measured for payment as muck excavation. Undercut and/or muck excavation encountered during the progress of the work shall be measured in its original position for payment. The Engineer shall be notified prior to starting any undercut or muck excavation so that necessary survey information can be obtained. Cross -sections taken before and after the removal of the undercut or muck material shall be used to compute the quantity by average end area method. Separate measurement will not be made for backfill of undercut muck excavations. 152 3.3 Steekpiled material shall be paid feF on the basis Of the HUMbeF ef eubie yar-ds measured in the steslled-pesitien 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all excavation shall be computed by the average end area method. The end area is that bound by the original ground line ' established by field cross -sections and the final theoretical pay line established by excavation cross - sections shown on the plans, subject to verification by the Engineer. AfteF 68ffipletiOR Of all BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 "Muck Excavation" payment shall be made at the contract unit price per cubic yard This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: , Item P-152-4.1 Unclassified Excavation -- per cubic yard Item P-152-4.3 Muck Excavation -- per cubic yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) 18 Item P-152 Excavation, Subgrade, and Embankment OKV Construct Northside Connector 15012 ' ZI09I JOTODUUOD apisq]ION 136aasUOD ANO 61 auawNuuquzg puL, `apajOpS `uoijvAvoxg ZSI-d wall I I 1 I �I ZSI-d N:IJLI AO (Waa 00I-OL£9/091Od VIOZ/IZ/L , ZI09I ioloauu03 OP!SLIlloN lonalsuoD ANO Iuaw)IU-;gulg puu `apvjl lgnS `uo►IVAVOXg ZSI-d WalI 1 I I 3JUBla j3a I ,�IltiuoiluajuI I r OZ 1 1 7/21/2014 AC 150/5370-1OG �7 ii 11 Item P-154 Subbase Course DESCRIPTION 154-1.1 This item shall consist of a subbase course composed of granular materials constructed on a prepared subgrade or underlying course in accordance with these specifications, and in conformity with the dimensions and typical cross-section shown on the plans. MATERIALS 154-2.1 Materials. The subbase material shall consist of hard durable particles or fragments of granular aggregates. This material will be mixed or blended with fine sand, clay, stone dust, or other similar binding or filler materials produced from approved sources. This mixture must be uniform and shall comply with the requirements of these specifications as to gradation, soil constants, and shall be capable of being compacted into a dense and stable subbase. The material shall be free from vegetative matter, lumps or excessive amounts of clay, and other objectionable or foreign substances. Pit -run material may be used, provided the material meets the gradation requirements specified. The subbase course for this project shall be crushed aggregate in accordance with the Virginia Department of Transportation Road and Bridge Specifications, latest edition. Gradation Requirements Sieve designation (square openings) as per ASTM C136 and ASTM D422 Percentage by weight passing sieves 2 inch 100 I inch 99-100 3/8 inch 50-69 No. 10 20-36 No. 40 9-19 No. 200 4-7 ' The portion of the material passing the No. 40 (0.450 mm) sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than six (6) when tested in accordance with ASTM D4318. The material finer than 0.02 mm shall be limited to a maximum of 3% and the maximum allowable material passing the No. 200 sieve shall be reduced from 0-8% to 0-5%. Testing per ASTM D422 will be required for the percentage passing the 0.02 mm particle size once per lot. ' 154-2.2 Sampling and testing. Material used on the project shall be sampled per ASTM D75 and tested per ASTM C 136 and ASTM C 117. Results shall be furnished to the Engineer by the Contractor prior to the start of construction and once per day during construction. ' Item P-154 Subbase Course 21 OKV Construct Northside Connector 15012 I AC 150/5370-1OG 7/21/2014 CONSTRUCTION METHODS 154-3.1 General. The subbase course shall be placed where designated on the plans or as directed by the Engineer. The material shall be shaped and thoroughly compacted within the tolerances specified. Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support the construction equipment without movement, shall be mechanically stabilized to the depth necessary to provide stability as directed by the Engineer. The mechanical stabilization shall include the addition of a fine-grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so the course will not deform under construction equipment traffic. The addition of the binding medium to the subbase material shall not increase the soil constants of that material above the specified limits. 154-3.2 Operation in pits. The subbase material shall be obtained from pits or sources that have been approved by the Engineer. The material in the pits shall be excavated and handled to produce a uniform and satisfactory product. All work involved in clearing and stripping pits and handling unsuitable material encountered shall be performed by the Contractor. The cost of this work is incidental to this item. 154-3.3 Preparing underlying course. Prior to constructing the subbase course, clean the underlying course or subgrade of all foreign substances. The surface of the underlying course or subgrade shall meet specified compaction and surface tolerances. Correct ruts, or soft yielding spots, in the underlying courses and subgrade areas having inadequate compaction and deviations of the surface from the specified requirements by loosening and removing soft or unsatisfactory material and by adding approved material, reshaping to line and grade, and recompacting to specified density requirements. For cohesionless underlying courses or subgrades containing sands or gravels, as defined in ASTM D2487, the surface shall be stabilized prior to placement of the overlying course. Accomplish stabilization by mixing the overlying course material into the underlying course, and compacting by approved methods. The stabilized material shall be considered as part of the underlying course and shall meet all requirements for the underlying course. The finished underlying course shall not be disturbed by traffic or other operations and shall be maintained in a satisfactory condition until the overlying course is placed. The course shall be checked and accepted by the Engineer before placing and spreading operations are started. To protect the subgrade and to ensure proper drainage, the spreading of the subbase shall begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one-way slope. 154-3.4 Materials acceptance in existing condition. When the entire subbase material is in a uniform and satisfactory condition at approximately the required moisture content, the approved material may be moved directly to the spreading equipment for placing. The material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with proper blending. The materials from these sources shall meet the requirements for gradation, quality, and consistency. The intent of the specifications is to secure materials that will not require further mixing. The moisture content of the material shall be approximately that required to obtain maximum density. Any minor deficiency or excess in moisture content may be corrected by surface sprinkling or by aeration. Some mixing or aeration may be required prior to rolling to obtain the required moisture content. Blading or dragging, if necessary, shall be performed to obtain a smooth uniform surface true to line and grade. 154-3.5 Plant mixing. When materials from several sources will be blended and mixed, the subbase material shall be processed in a central mixing plant. The subbase material, together with any blended material, shall be thoroughly mixed with the required amount of water. After the mixing is complete, the material shall be transported to and spread on the underlying course without undue loss of moisture content. Efigilieff. J 11 1 1 22 Item P-154 Subbase Course OKV Construct Northside Connector 15012 , I t7/21/2014 AC 150/5370-1OG ! r_���r.�%eT.aT��.�TS. r_�r.,..7:r..■:T-7:RT.�TsrT•T.'r..T..s!rST.T..\,,.t:, [�7�7T-S'i7:T.7 Zr== MVF_ 0TT71 .:T..I■. 1 154-3.6 General methods for placing. The subbase course shall be constructed in layers of not less than inches nor more than 8 inches of compacted thickness. The subbase material shall be deposited and spread evenly to a uniform thickness and width. The material, as spread, shall be of uniform gradation with no pockets of fine or coarse materials. The subbase, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards (1700 sq m) in advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy, or ' frozen course. When more than one layer is required, the construction procedure described here shall apply similarly to each layer. ' During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, shoulder, or foreign material in the subbase course mixture. ' 154-3.7 Finishing and compacting. After spreading or mixing, the subbase material shall be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient rollers shall be furnished to adequately handle the rate of placing and spreading of the subbase course. ' The field density of the compacted material shall be at least 100% of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite. The laboratory specimens shall be compacted and tested in accordance with ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556 or ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. The moisture content of the material at the start of compaction shall be within f2% of the optimum moisture content. All testing shall be done by the Engineer. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the subbase. When the rolling develops irregularities that exceed 3/8 inch when tested with a 12 feet straightedge, the irregular surface shall be loosened and then refilled with the same kind of material as that used in constructing the course and again rolled as required above. I Along places inaccessible to rollers, the subbase material shall be tamped thoroughly with mechanical or hand tampers. Sprinkling during rolling, if necessary, shall be by equipment approved by the Engineer. Water shall not be added in manner or quantity that allows free water to reach the underlying layer and cause it to become soft. ' 154-3.8 Surface tolerance. The surface of the top layer shall show no deviations in excess of 3/8 inch when tested with a 12-foot straightedge. Take measurements in successive positions parallel to the centerline of the area to be paved. Measurements shall also be taken perpendicular to the centerline at 50 ' foot meter intervals. Correct deviations exceeding this amount by removing material and replacing with new material, or by reworking existing material and compacting it to meet these specifications. Item P-154 Subbase Course 23 OKV Construct Northside Connector 15012 AC 150/5370-1 OG 7/21 /2014 154-3.9 Thickness control. The completed thickness of the course(s) shall be in accordance with the thickness and grade indicated on the drawings. The completed course shall not be more than 1/2 inch deficient in thickness nor more than 1/2 inch above or below the established grade. Where any of these tolerances are exceeded, correct such areas by scarifying, adding new material of proper gradation or removing material, and compacting, as directed. Where the measured thickness is 1/2 inch or more thicker than shown, the course will be considered as conforming with the specified thickness requirements plus 1/2 inch. The average job thickness shall be the average of the job measurements as specified above but within 1 /4 inch of the thickness shown. The thickness of the completed subbase course shall be determined by depth tests or sample holes taken at intervals so each test shall represent no more than 500 square yards. 154-3.10 Protection. Work on subbase course shall not be conducted during freezing temperatures nor when the subgrade is wet. When the subbase material contains frozen material or when the underlying course is frozen, the construction shall be stopped. The Contractor shall protect and maintain the subgrade from yielding until the subbase is accepted. 154-3.11 Maintenance. The Contractor shall maintain the completed course in a satisfactory condition until accepted by the Engineer. METHOD OF MEASUREMENT 154-4.1 Subbase course shall be measured by the number of cubic yards of subbase course material placed, compacted, and accepted in the completed course. The quantity of subbase course material shall be the average of the depth as measured in final position based upon depth tests or cores taken as directed by the Engineer, at the rate of one (1) depth test for each 500 square yard of subbase course, multiplied by the plan limits for subbase material. On individual depth measurements, thicknesses more than 1/2 inch , in excess of that shown on the plans shall be considered as the specified thickness plus 1/2 inch in computing the yardage for payment. Subbase materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 154-5.1 Payment shall be made at the contract unit price per cubic yard for subbase course. This price shall be full compensation for furnishing all materials; for all preparation, hauling, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-154-5.1 Subbase Course — per cubic yard I TESTING REQUIREMENTS ASTM C 117 Standard Test Method for Materials Finer Than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse , Aggregates ASTM D75 Standard Practice for Sampling Aggregates , ASTM D422 Standard Test Method for Particle -Size Analysis of Soils 1 24 Item P-154 Subbase Course OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of ASTM D4718 Soils Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-154 � I r— i L '1 1 Item P-154 Subbase Course 25 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 1 1-1 Intentionally Left Blank 1 1 1 26 Item P-154 Subbase Course OKV Construct Northside Connector 15012 , 11 Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control i DESCRIPTION ' 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and ' other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, ' equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. MATERIALS I 156-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. ' 156-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per ItemT-908. Mulches shall not create a wildlife attractant. 156-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 Silt fence. The silt fence shall consist of polymeric filaments which are formed into a stable ' network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 156-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. ' 156-2.7 Temporary Seeding. Temporary seeding shall consist of barley or rye seed applied at a rate of 3 pounds per 1000 square feet, and shall be used when ordered by the Engineer. The temporary seeding will be used when areas adjacent to waterways cannot be shaped and permanently vegetated for an extended period of time. Temporary seeding may be done anytime of the year except when the ground is ' frozen. The Contractor will not be required to fine grade or shape the area before applying temporary seeding. Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 27 OKV Construct Northside Connector 15012 , CONSTRUCTION REQUIREMENTS 156-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, , construction operations, and construction work are involved. 156-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable ' construction have been accepted by the Engineer. 156-3.3 Construction details. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. , Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control ' measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated , with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project , conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish , grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. , The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. ' The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. ' The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures ' should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or , manmade channels. 1 28 Item P-I56-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control OKV Construct Northside Connector 15012 , 156-3.4 Installation, maintenance and removal of silt fences. Silt fences shall extend a minimum of 16 ' inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet (3 m) on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post ' with a minimum 12-inch (300-mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mm) deep by 4 inches (100 mm) wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall ' remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. 156-3.5 Air Quality. The Contractor shall be responsible for obtaining all necessary burning and air quality permits. 1. The Contractor shall minimize all burning on the project. 2. No tires, oils, asphalt, paint, or coated metals are permitted in combustible waste piles. 3. Burning will not be permitted within 1,000 feet of a fuel farm, residential or built-up area ' nor within 100 feet of any standing timber or flammable growth. 4. Burning shall not be permitted unless the prevailing wind is away from a nearby town or built-up areas. ' 5. Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. 6. Burning shall not be permitted when the danger of brush or forest fires is made known by state, local, or federal officials. 7. The size and number of fires shall be restricted to avoid the danger of brush or forest ' fires. Burning shall be done under the surveillance of a watchman, who shall have adequate fire -fighting equipment and tools readily available. At no time shall burning be left unattended. 8. The Contractor shall adhere to accepted techniques for control of dust and other air pollutants. 1 156-3.6 Erosion And Sediment Control. Soil erosion and sediment control measures shall be in accordance with the Virginia Erosion and Sediment Control Handbook (VESCH), Third Edition, dated 1992. The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, depending upon the final construction phasing proposal by the Contractor. 156-3.7 Stabilization Of Denuded Areas And Soil Stockpiles. a. Permanent or temporary soil stabilization must be applied to denuded areas within seven (7) days after final grade is reached on any portion of the site. ' Soil stabilization refers to measures which protect soil from the erosive forces of raindrop impact and flowing water. Applicable practices include vegetative establishment, mulching, and the early application of gravel base on areas to be paved. Soil stabilization measures should be selected to be appropriate for the time of year, site condition and ' estimated duration of use. b. Soil stockpiles must be stabilized or protected with sediment trapping measures to prevent soil loss. Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 29 OKV Construct Northside Connector 15012 156-3.8 Establishment Of Permanent Vegetation. A permanent vegetative cover shall be established on denuded areas not otherwise permanently stabilized. Permanent vegetation shall not be considered established until a ground cover is achieved which, in the opinion of the Engineer, is mature enough to control soil erosion satisfactorily and to survive severe weather conditions. 156-3.9 Protection Of Adjacent Properties. Properties adjacent to the site of a land disturbance shall be protected from sediment deposition. This may be accomplished preserving a well -vegetated buffer strip around the lower perimeter of the land disturbance, by installing perimeter controls such as sediment barriers, filters or dikes, or sediment basins, or by a combination of such measures. Vegetated buffer strips may be used alone only where runoff in sheet flow is expected. Buffer strips should be at least 20 feet in width. If at any time it is found that a vegetated buffer strip alone is ineffective in stopping sediment movement onto adjacent property, additional perimeter controls must be provided. 156-3.10 Timing And Stabilization Of Sediment Trapping Measures. Sediment basins and traps, perimeter dikes, sediment barriers and other measures intended to trap sediment on -site must be constructed as a first step in grading and be made functional before upslope land disturbance takes place. Earthen structures such as dams, dikes, and diversions must be seeded and mulched immediately. 156-3.11 Sediment Basins. Stormwater runoff from drainage areas with three (3) acres or greater of disturbed area must pass through a SEDIMENT BASIN (ref: VESCH, Std. and Spec. 3.14) or other suitable sediment trapping facility with equivalent or greater storage capacity. The Plan Approving Authority may require sediment basins or traps for smaller disturbed areas where deemed necessary. The sediment basin requirement may also be waived, by variance, if the Plan Approving Authority agrees that site conditions do not warrant its construction. 156-3.12 Cut And Fill Slopes. Cut and filled slopes must be designed and constructed in a manner which will minimize erosion. Consideration must be given to the length and steepness of the slope, the soil type, upslope drainage area, groundwater conditions and other applicable factors. Slopes which are found to be eroding excessively within one (1) year of construction must be provided with additional slope stabilizing measures until the problem is corrected. The following guidelines are provided to aid the Contractor in implementing the erosion and sediment control plan. a. Roughened soil surfaces are generally preferred to smooth surfaces on slopes. (ref: VESCH, SURFACE ROUGHENING, Std. & Spec. 3.29). b. DIVERSIONS (ref: VESCH, Std. & Spec. 3.09) should be constructed at the top of long steep slopes which have significant drainage areas above the slope. Diversions or terraces may also be used to reduce slope length. C. Concentrated stormwater should not be allowed to flow down cut or fill slopes unless contained within an adequate temporary or permanent channel, flume or slope drain structure. (ref: VESCH, Std. & Spec. 3.10, 3.12, 3.15 and 3.16). d. Wherever a slope face crosses a water seepage plane which endangers the stability of the slope, adequate drainage or other protection should be provided. (ref: VESCH, Std. & Spec. 3.22 & 3.23). 156-3.13 Stabilization Of Waterways And Outlets. All on -site stormwater conveyance channels shall be designed and constructed in accordance with the Virginia Erosion and Sediment Control Handbook, Third Edition, dated 1992 (ref: VESCH, Std. & Spec. 3.17). Stabilization adequate to prevent erosion must also be provided at the outlets of all pipe and paved channels. (ref: VESCH Std. & Spec. 3.18). 30 Item P-I56-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control OKV Construct Northside Connector 15012 L Ll D, 156-3.14 Storm Drain Outlet Protection. All storm drain outlets which are made operable during ' construction shall be protected in order to convey the flow of water to a stable existing downstream channel without causing erosion. (ref: VESCH, Std. & Spec. 3.19). 156-3.15 Working In Or Crossing Watercourses. ' a. Construction vehicles should be kept out of watercourses to the extent possible. Where in -channel work is necessary, precautions must be taken to stabilize the work area during ' construction to minimize erosion. The channel (including bed and banks) must always be restabilized immediately after in -channel work is completed. (ref: VESCH, Std. & Spec. 3.22 and 3.23). b. Where a live (wet) watercourse must be crossed by construction vehicles regularly during construction, a TEMPORARY STREAM CROSSING must be provided (ref: VESCH, Std. & Spec. 3.24). 156-3.16 Construction Access Routes. Wherever construction vehicle access routes intersect paved public roads, provisions must be made to minimize the transport of sediment (mud) by runoff or vehicle tracking onto the paved surface (ref. VESCH, Std. & Spec. 3.02 and 3.03). Where sediment is transported 1 onto a public road surface, the roads shall be cleaned thoroughly at the end of each day. Sediment shall be removed from roads by shoveling or sweeping and be transported to a sediment controlled disposal area. Street washing shall be allowed only after sediment is removed in this manner. ' 156-3.17 Disposition Of Temporary Measures. All temporary erosion and sediment control measures shall be disposed of within 30 days after final site stabilization is achieved or after the temporary measures are no longer needed, unless otherwise authorized by the local program administrator. Trapped sediment and other disturbed soil areas resulting from the disposition of temporary measures shall be permanently stabilized to prevent further erosion and sedimentation. 156-3.18 Maintenance. All temporary and permanent erosion and sediment control practices must be ' maintained and repaired as needed to assure continued performance of their intended function. 156-3.19 Authority Of Engineer. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material ' exposed by excavation, borrow and fill operations, and to order the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.20 Pollutants. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT e. Tempai:ai:y benehes, dikes, dams, and sediment basins will be meastifed by the eubie yaFd (elibie (etibie meter-) of embankment plaeed as diFeeted by the EngineeF. d. All fefQizing will be measured by the ten (lig). ' Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 31 OKV Construct Northside Connector 15012 1 156-4.1 Payment for temporary air and water pollution, soil erosion and sediment control will be made on a lump sum basis wherein no measurement will be made. Culvert inlet protection shall be measured per each, and shall be installed as shown on the plans. Rock check dams shall be measured per each, and shall be installed as shown on the plans. Silt fence shall be measured per linear foot, and shall be installed as shown on the plans. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. 156-4.3 The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, due to the Contractor's sequence of work, method of construction, negligence, carelessness, or failure to install and properly maintain controls devices. No measurement for payment will be made for this additional work. 156-4.4 Separate measurement for payment will be made for regular seeding and regular mulching under their respective bid item. No measurement for payment will be made for temporary seeding or for mulching of temporary seeding, or other mulching for erosion control purposes. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: item P 156 3 1-b Temper-ar-slepe drains - linear- feet (mete--) item P 156 5.le T-Offiffffil-)F benehes, dikes, dams afid sediment basins pef: eubie yaFE1 (eubie MeteF) Item P-156-5.1f Erosion and Sediment Control -- per lump sum Item P-156-5.2g Silt Fence -- per linear foot The price shall be full compensation for performing the work specified and furnishing all materials, labor, tools, equipment and incidentals necessary to install and maintain silt fence. Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials 32 Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control OKV Construct Northside Connector 15012 11 11 r, I I AC 150/5200-33 Hazardous Wildlife Attractants END OF ITEM P-156-VA Item P-I56-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 33 OKV Construct Northside Connector 15012 LI Intentionally Left Blank 1 1 L� 34 Item P-156-VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control OKV Construct Northside Connector 15012 , G r� I I AC 150/5370-1OG 7/21/2014 Part 4 — Rigid Base Courses Item P-304 Cement -Treated Base Course DESCRIPTION 304-1.1 This item shall consist of a cement -treated base (CTB) course composed of mineral aggregate and cement, uniformly blended and mixed with water. The mixed material shall be spread and shaped with a mechanical spreader, and compacted with rollers in accordance with these specifications and in conformance to the lines, grades, dimensions, and cross -sections shown on the plans. MATERIALS 304-2.1 Aggregate. The aggregate shall be select granular materials, comprised of crushed or uncrushed ' gravel and/or stone, or recycled crushed and graded portland cement concrete (PCC). The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of soft, flat, elongated, or disintegrated pieces, and objectionable matter. The method used to produce the aggregate shall ensure the finished product is as consistent as practicable. All inferior quality stones and rocks shall be wasted. If recycled PCC is used as the aggregate, it must meet the requirements for virgin aggregate. The percentage of wear of the crushed aggregate retained on the No. 4 sieve shall not be greater than 40% when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 10%, or the magnesium sulfate soundness loss shall not exceed 15%, after five cycles, when tested in accordance with ASTM C88. When tested in accordance with ASTM C136, the aggregate shall conform to the gradation(s) shown in the table below (titled Aggregate Gradation for CTB Material). An aggregate blend that meets the requirements of the table shall be selected by the Contractor and used in the final mix design. The final aggregate blend shall be well graded from coarse to fine within the limits designated in the table and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of final aggregate blend passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than six (6) when tested in accordance with ASTM D4318. Item P-304 Cement -Treated Base Course 35 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Aggregate Gradation for CTB Material Sieve Size Percentage by Weight Passing Sieves Gradation A 2 inch 1001 1 inch 94-100 3/8 inch 63-72 No. 10 32-41 No. 40 14-24 No. 200 6-12 ' Maximum size of aggregate is 1 in when used as a base course under Item P-501, Portland Cement Concrete Pavement. 'Maximum nominal size of aggregate is 1 inch. All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Contractor. Sampling shall be performed by the Contractor in accordance with ASTM D75. 304-2.2 Cement. Cement shall conform to the requirements of ASTM ASTM C 150, Type I or lI. 304-2.3 Cementitious additives. Pozzolanic and slag cement may be added to the CTB mix. If used, each material must meet the following requirements: a. Pozzolan. Pozzolanic materials must meet the requirements of ASTM C618, Class F, or N with the exception of loss of ignition, where the maximum shall be less than 6%. The supplementary optional physical requirements of Table 3 contained in ASTM C618 shall apply. b. Slag Cement. Slag shall conform to ASTM C989, Grade 80, 100, or 120. 304-2.4 Water. Water used in mixing or curing shall be potable, clean and free of oil, salt, acid, alkali, sugar, vegetable, or other deleterious substances injurious to the finished product. 304-2.5 Curing materials. For curing CTB placed under HMA pavement, use emulsified asphalt conforming to the following: Type and Grade Specification Application Temperature Emulsified Asphalt RS-1, SS-1 ASTM D977 75 — 130OF 25 - 550C CRS-1 ASTM D2397 75 - 130OF 25 - 550C 304-2.6 Sand blotter. Sand shall be applied, when required, to prevent tracking of the emulsion curing materials. The sand material shall be clean, dry, and non -plastic. COMPOSITION OF MIXTURE 304-3.1 General. The CTB material shall be composed of a mixture of aggregate, cernentitious material, and water. Fly ash or slag cement may be used as a partial replacement for Portland cement. 304-3.2 Mix design. The mix design shall use a cement content that, when tested in the laboratory per ASTM D1633, produces a 7-day compressive strength between 400 pounds per square inch minimum and 36 Item P-304 Cement -Treated Base Course OKV Construct Nortliside Connector 15012 r 1 AC 150/5370-1OG 7/21/2014 800 pounds per square inch maximum. The 28-day strength shall not exceed 1000 pounds per square inch. The mix design shall include a complete list of materials, including type, brand, source, and amount of cement, fine aggregate, coarse aggregate, water, and cementitious additives. ' During production, the cement content shall not vary by more than ± 0.5 percent from the design. Should a change be made in aggregate sources or type of cement, or if cementitious additives are added or deleted from the mix, production of the CTB mix shall be stopped and a new mix design shall be submitted. 304-3.3 Submittals. At least 30 days prior to the placement of the CTB, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction, as well as the mix design information for the CTB material. Tests older than six (6) months shall not be used. The certification shall show the ASTM or AASHTO specifications or tests for the material, the name of the company performing the tests, the date of the tests, the test results, and a statement that the material did or did not comply with the applicable specifications. The submittal package shall include the following: a. Source(s) of materials, including aggregate, cement, cementitious additives, curing, and bond - breaking materials. b. Physical properties of the aggregates, cement, cementitious additives, curing, and bond -breaking materials. ' c. Mix design: • Mix identification number ' • Aggregate gradation • Cement content ' • Water content • Cementitious materials content ' d. Laboratory test results: • Compaction and strength test procedures • Laboratory compaction characteristics (maximum dry density and optimum moisture ' content) • Compressive strength at seven (7) days ' • Wet -dry and/or freeze -thaw weight loss, if applicable No CTB material shall be placed until the submittal is accepted in writing by the Engineer. ' During production, the Contractor shall submit batch tickets for each delivered load. ' EQUIPMENT All equipment necessary to mix, transport, place, compact, and finish the CTB material shall be furnished by the Contractor. The equipment shall be inspected and approved by the Engineer at the job site prior to ' the start of construction operations. 304-4.1 Mixing. The mixer shall be a batch or continuous -flow type stationary mixer. The mixer shall be equipped with calibrated metering and feeding devices that introduce the aggregate, cement, water, and ' cementitious additives (if used) into the mixer in the specified quantities. If necessary, a screening device ' Item P-304 Cement -Treated Base Course 37 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-IOG shall be used to remove oversized material greater than 2 inches (50 mm) from the raw aggregate feed prior to mixing. The Engineer shall have free access to the plant at all times for inspection of the plant's equipment and operation and for sampling the CTB mixture and its components. 304-4.2 Hauling. The mixed CTB material shall be transported from the plant to the job site in trucks or other hauling equipment having beds that are smooth, clean, and tight. Truck bed covers shall be provided and used to protect the CTB from rain. CTB material that becomes wet during transport shall be rejected. 304-4.3 Placing. CTB material shall be placed using a mechanical spreader or a machine capable of receiving, spreading, and shaping the mixture without segregation into a uniform layer or lift. The equipment shall be equipped with a strike -off plate capable of being adjusted to the specified layer thickness. It shall also be equipped with two end gates or cut off plates, so that the CTB may be spread in widths varying up to lane width. 304-4.4 Compaction. Compaction of the CTB layer shall be accomplished using one or a combination of the following pieces of equipment: tamping or grid roller; steel -wheeled roller; vibratory roller; pneumatic -tire roller, and/or vibrating plate compactor (for areas inaccessible to rollers). The number, type, and weight of rollers and/or compactors shall be sufficient to compact the mixture to the required density. 304-4.5 Finishing. Final trimming of the compacted CTB to meet surface requirements shall be accomplished using a self-propelled grader or trimming machine, with a mold board cutting edge, which is at least 12 feet wide and is automatically controlled by sensors in conjunction with an independent grade control from a taut stringline. Stringline will be required on both sides of the sensor controls for the pilot lane. For all other lanes, a single stringline on the outside and grade matching with previously completed adjacent lanes is permissible. CONSTRUCTION METHODS 304-5.1 Weather limitations. 304-5.1.1 Cold weather. Do not construct base when weather conditions will detrimentally affect quality of the finished course. Apply cement when the ambient temperature is a minimum of 40°F and rising. Do not apply cement to aggregate materials that are frozen or contain frost. If ambient temperature falls below 40°F, protect completed cement -treated areas against freezing. Reprocess, reshape, and recompact damaged material. The CTB shall not be placed on frozen surfaces. Provide drainage to prevent water from collecting or standing on stabilized areas, and on the pulverized, mixed, or partially mixed materials. 304-5.1.2 Rain. The CTB may not be placed when it is raining. If unexpected rain occurs during placement, the layer should be quickly compacted. CTB material that becomes wet by rain during transport or placement shall be evaluated by the Engineer, and may be rejected. 304-5.2 Preparation of underlying course. The underlying course shall be checked by the Engineer before placing and spreading operations are started, to ensure that it is free of any ruts, depressions, or bumps and is finished to the correct grade. Any ruts or soft yielding places shall be corrected before the CTB mixture is placed. The underlying course shall be wetted in advance of placing the CTB layer. The final prepared grade prior to placing the CTB should be in a firm and moist condition free of frost. Use of chemicals to eliminate frost will not be permitted. To ensure proper drainage, placement of the base shall begin along the centerline of the pavement on a crowned section or on the highest elevation contour of a pavement with variable cross slope. 11 38 Item P-304 Cement -Treated Base Course OKV Construct Northside Connector 15012 ' I I I [I AC 150/5370-1OG 7/21/2014 304-5.3 Grade control. Grade control between the edges of the CTB shall be accomplished at intervals of 50 feet or less on the longitudinal grade and at 25 feet or less on the transverse grade. 304-5.4 Handling, measuring, and batching. The continuous flow central plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Aggregate stockpiles shall be constructed in a manner that prevents segregation and intermixing of deleterious materials. Aggregates that are segregated or mixed with earth or foreign material will not be accepted. Continuous flow plants shall be equipped with feeders to automatically and accurately proportion aggregates and bulk cement, by weight. When bulk cement is used, the Contractor shall use a suitable method of handling the cement such as a chute, boot or other device, to prevent loss of cement between the weigh hopper and mixer. The device shall provide positive assurance that the specified cement content is present in each batch. 304-5.5 Mixing. Aggregate and cement may be proportioned either by weight or volume, and shall be mixed sufficiently to prevent the forming of cement balls when water is added. The mixing time shall be that required to secure a well -blended, uniform mixture of aggregate, cement, water, and pozzolan (if used). The minimum mixing time will be based on the uniformity and consistency of the mixture. 304-5.6 Placing. The CTB mixture shall be deposited on the moistened subgrade or subbase and spread into a uniform layer of specified width and thickness that, when compacted and trimmed, conforms to the required line, grade, and cross-section. The Contractor may install the CTB layer in single or multiple compacted lifts; however, each compacted lift must be no greater than 6 inches thick. In multi -lift construction, the surface of the compacted lift shall be kept moist until covered with the next lift. Successive lifts shall be placed and compacted so that the required total depth of the CTB layer is completed within 12 hours. A single spreader may be used, provided it is capable of placing a uniform, full -depth layer of material across the full width of the base in one pass. Otherwise, two or more spreaders will be required, and shall be operated so that spreading progresses along the frill width of the base in a uniform manner. 304-5.7 Compaction. Immediately upon completion of the spreading operations, the CTB material shall be thoroughly compacted using approved compaction equipment. At the start of compaction, the moisture content shall be within f2 percentage points of the specified optimum moisture. 304-5.8 Finishing. After completing compaction, the surface of the CTB layer shall be shaped to the specified lines, grades, and cross-section. During the finishing process, the surface shall be kept moist by means of fog -type sprayers. Compaction and finishing shall produce a smooth, dense surface, free of ruts, cracks, ridges, and loose material. All placement, compaction, and finishing operations shall be completed within two (2) hours from the start of mixing. Material not completed within the 2-hour time limit shall be removed and replaced at the Contractor's expense. CTB layer limits that extend beyond the edges of the new PCC surface course shall be rolled down or shaped to ensure the drainage is away from the new PCC surface course edge. 304-5.9 Construction joints. At the end of each day's construction, a transverse construction joint shall be formed that is a true vertical face (perpendicular to the centerline) and is free of loose material. Longitudinal construction joints (parallel to the centerline) shall be formed to a consistent, well-defined vertical edge that is free of loose material. The longitudinal joints shall be located so there is a 2-foot (0.6- ' m) minimum offset from planned joints in any overlying layer. While forming construction joints, the Contractor shall make sure the material in the joint area is adequately compacted and that the joints are finished level and even with the remainder of the CTB layer. Item P-304 Cement -Treated Base Course 39 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG 304-5.10 Curing. The compacted and finished CTB shall be cured with the approved curing agents as soon as possible and in no case later than two (2) hours after completion of the finishing operations. The layer shall be kept moist using a moisture -retaining cover or a light application of water until the curing material is applied. When asphalt emulsion is used as the curing agent, the entire surface of the CTB layer shall be uniformly sprayed with the emulsion at a rate of between 0.15 and 0.30 gallons per square yard; the exact temperature and rate of application being that required to achieve complete and uniform coverage without runoff. Apply sufficient sand to treated surfaces requiring protection from traffic. The curing seal shall be maintained and protected until the pavement is placed. If the surface of the finished CTB and/or the curing seal becomes damaged, additional curing material shall be applied at the time it is damaged or when the damage is first observed. 304-5.11 Protection. Completed portions of the cement -stabilized area may be opened to local traffic provided the curing process is not impaired and to other traffic after the curing period has elapsed, provided that the cement -stabilized course has hardened sufficiently to prevent surface marring or distortion by equipment or traffic. Do not permit construction equipment on the area during protection and curing periods. Necessary cement and water may be hauled over the area with pneumatic -tired equipment on approval of the Engineer. Protect finished portions of cement stabilized base from traffic of equipment used in constructing adjoining sections in a manner to prevent marring or damaging completed work. The CTB shall also be protected from freezing at all times. MATERIAL ACCEPTANCE 304-6.1 Acceptance sampling and testing. All acceptance sampling and testing, with the exception of thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. The Contractor shall provide the required CTB samples during construction for acceptance testing purposes. The samples shall be taken in the presence of the Engineer. Testing organizations performing these tests shall meet the requirements of ASTM D3666. All test equipment in Contractor -furnished laboratories shall be calibrated by the testing organization prior to the start of operations. The CTB layer shall be tested for density, thickness, grade, and surface tolerance on a lot basis, with a lot consisting of either (1) one day's production not to exceed 2,000 square yards, or (2) a half day's production, where a day's production consists of 2,000 to 4,000 square yards. Each lot shall be divided into four equal sublots. Within each sublot, one density test, one thickness measurement, and continuous surface straightedge tests (surface tolerance testing) shall be performed, as described below. Sampling locations shall be determined by the Engineer per ASTM D3665. If only three sublots are produced, the three sublots shall constitute a complete lot. If one or two sublots are produced for the same reason, they shall be incorporated into the next or previous lot, and the total number of sublots shall be used in the acceptance criteria calculation. End -of -production sublots (that is, sublots associated with the final placement of CTB for the project and are less than a complete lot) shall be handled as (1) three sublots shall constitute a lot, or (2) one or two sublots shall be incorporated into the previous lot. 304-6.1.1 Density testing. CTB samples shall be taken from each sublot and used to create laboratory test specimens representing the various sublots. The specimens shall be compacted and tested for density and moisture content per ASTM D558. The density for each sublot comprising a lot, shall be used to determine an average density for the lot, which will serve as the basis for acceptance of the lot for density. 1 n 1 40 Item P-304 Cement -Treated Base Course OKV Construct Northside Connector 15012 ' 1 AC 150/5370-1OG 7/21/2014 Within each sublot in the field, one in -place density test shall be performed in accordance with ASTM ' D1556 or ASTM D6938. The location of the test shall be randomly selected per ASTM D3665. The in - place density for each sublot comprising the lot shall be averaged and compared with the corresponding average lot density. Acceptance criteria for CTB density are provided in paragraph 304-6.2.1. All testing shall be done by the Engineer. 304-6.1.2 Thickness testing. The CTB shall be tested for thickness using the same lot and sublots established for density testing. After three (3) days of curing, one 3-inch diameter core per sublot shall be ' obtained from a random location, per ASTM D3665. The thickness of each sampled core shall be determined using the caliper measurement procedures provided in ASTM C 174. The average thickness for the lot shall be determined using the individual sublot core thicknesses. Acceptance criteria for CTB ' thickness are provided in paragraph 304-6.2.2. At all locations where cores have been drilled, the resulting core holes shall be filled by the Contractor with CTB or non -shrink grout. 304-6.1.3 Grade testing. The elevations of the finished CTB shall be surveyed every 25 feet on both sides of the CTB lane as soon as it has hardened sufficiently. Acceptance criteria for CTB grade are provided in paragraph 306-6.2.3. 304-6.1.4 Surface tolerance testing. After the CTB has hardened sufficiently, it shall be tested for ' surface tolerance with a 12-foot straightedge or other approved measuring device for tolerances outlined in paragraph 304-6.2. ' 304-6.2 Acceptance criteria. Acceptance of CTB will be based on density, thickness, grade, and surface tolerance, as described in the paragraphs below. 304-6.2.1 Density requirements. For density, each lot of compacted material will be accepted without adjustment if the average in -place density of the lot is equal to or greater than 98% of the average laboratory density determined for the lot. Each lot of compacted CTB shall be accepted and payment adjusted in accordance with the table below. 11 1 Sliding Pay Scale Factors For Density Average Dry Density (%) Payment (%) 98.0 and greater 100 97.0 - 97.9 95 96.0 - 96.9 90 95.0 - 95.9 75 Less than 95.0 Reject If the average density is below 95%, the lot will be rejected and shall be removed and replaced at the Contractor's expense. In multi -layer construction, density shall be tested for each lift, and all lifts within a rejected lot shall be removed and replaced. No payment shall be made for removed lifts. Replacement lifts shall be paid in accordance with this section. 304-6.2.2 Thickness requirements. The completed thickness shall be as shown on the plans. When the average lot thickness is not deficient by more than 1/2 inch from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than one inch, it shall be removed and replaced at the Contractor's expense. When such measurement is deficient by more than 1/2 inch but less than one inch from the plan thickness, one additional core shall be taken at random from each sublot within the lot. The thickness of these additional cores shall be determined as indicated in paragraph 304-6.1.2. A new average lot thickness shall be recomputed based on these additional cores and the original cores taken ' from each sublot. If the recomputed average lot thickness is not deficient by more than 1/2 inch from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than 1/2 inch Item P-304 Cement -Treated Base Course 41 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense or shall be permitted to remain in -place at an adjusted payment of 75% of the contract unit price. When the measured thickness is more than that indicated on the plans, it will be considered as conforming to the requirements, provided the surface of the completed CTB layer is within the established grade and surface tolerance requirements. 304-6.2.3 Grade requirements. When the completed surface is higher than 1/2 inch above the grade shown in the plans, the surface shall be trimmed, at the Contractor's expense, with an approved grinding machine to an elevation that falls within a tolerance of 1/4 inch or less. 304-6.2.4 Surface tolerance requirements. The finished surface shall not vary more than 3/8 inch when tested with a 12-foot straightedge applied parallel with, or at right angles to, the centerline of the CTB area. Areas in the CTB showing high spots greater than 3/8 inch over 12 feet shall be marked and immediately trimmed with an approved grinding machine. Such trimming shall be at the Contractor's expense. METHOD OF MEASUREMENT 304-7.1 Cement -treated base course. The quantity of cement -treated base course will be determined by measurement of the number of square yards of CTB actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 304-8.1 Cement -treated base course. Payment shall be made at the contract unit price per square yard for cement -treated base course. This price shall be full compensation for furnishing all materials, including cement; for all preparation, manipulation, placing, and curing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of CTB material will be accepted for density at the full contract price adjusted in accordance with paragraph 304-6.2.1. Payment will be made under: Item P-304-8.1 Cement -treated base course -- per square yard TESTING REQUIREMENTS ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 13 6 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM D75 Standard Practice for Sampling Aggregates ASTM D558 Standard Test Methods for Moisture -Density (Unit Weight) Relations of Soil - Cement Mixtures F1 42 Item P-304 Cement -Treated Base Course OKV Construct Northside Connector 15012 ' AC 150/5370-1OG 7/21/2014 ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 1633 Standard Test Methods for Compressive Strength of Molded Soil -Cement Cylinders ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils AASHTO T135 Standard Method of Test for Wetting -and -Drying Test of Compacted Soil - Cement Mixtures AASHTO T136 Standard Method of Test for Freezing -and -Thawing Tests of Compacted Soil - Cement Mixtures MATERIAL REQUIREMENTS ASTM C150 Standard Specification for Portland Cement ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM D977 Standard Specification for Emulsified Asphalt ASTM D2397 Standard Specification for Cationic Emulsified Asphalt END OF ITEM P-304 Item P-304 Cement -Treated Base Course 43 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG I Intentionally Left Blank i� F, 1 44 Item P-304 Cement -Treated Base Course OKV Construct Northside Connector 15012 ' 7/21/2014 AC 150/5370-1OG IPart 5 — Flexible Surface Courses Item P-401 Hot Mix Asphalt (HMA) Pavements DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance ' with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. ' MATERIALS 401-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 sieve is coarse aggregate. The portion passing the No. 4 sieve and retained on the No. 200 sieve is fine aggregate, and the portion passing the No. 200 sieve is mineral filler. a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from ' films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40% when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed ' 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C 142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable hatter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. ' Item P-401 Hot Mix Asphalt (HMA) Pavements 45 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0%, by weight, when tested in accordance with ASTM C 142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 401-2.2 Mineral filler. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 401-2.3 Asphalt cement binder. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 76-22. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 401-2.4 Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: Coarse aggregate: (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles b. Fine aggregate: (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral filler. d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. �I n 46 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Constrict Northside Connector 15012 , 7/21/2014 AC 150/5370-1OG The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 401-3.1 Composition of mixture. The HMA mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). ' 401-3.2 Job mix formula (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix -design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared at various asphalt contents and compacted using the gyratory compactor in accordance with ASTM D6925. u r C �i I Tensile strength ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. c. Asphalt performance grade and type of modifier if used. d. Number of gyrations. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures; and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on a 0.45 power gradation curve. i. Graphical plots of air voids, voids in the mineral aggregate, and unit weight versus asphalt content. I Item P-401 Hot Mix Asphalt (HMA) Pavements 47 OKV Construct Northside Connector 15012 I 7/21/2014 AC 150/5370-1OG j. Specific Gravity and absorption of each aggregate. k. Percent natural sand. 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to ,the time needed for the Engineer to approve the initial, new or modified JMF. The Gyratory Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Gyratory Compaction Criteria Pavements Designed for Test Property Aircraft Gross Weights of 60,000 Lbs or More or Tire Pressures of 100 psi or More Number of compactor gyrations 75 Air voids (percent) 3.5 Percent voids in mineral See Table 2 aggregate, minimum 48 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 11 L� u I U t 1 t Ll I "1 I 7/21/2014 AC 150/5370-1OG Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA r r 4" Gradation 2 15% Gradation 1 4 -OA The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply; be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate -11MA Pavements Sieve Size Percentage by Weight Passing Sieve 1 inch -- 3/4 inch 100 1/2 inch 79-99 3/8 inch 68-88 No. 4 48-68 No. 8 33-53 No. 16 20-40 No. 30 14-30 No. 50 9-21 No. 100 6-16 No. 200 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 401-3.3 Reclaimed asphalt pavement (RAP). RAP shall not be used. 401-3.4 Job mix formula (JMF) laboratory. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 401-3.5 Test section. Prior to full production, the Contractor shall prepare and place a quantity of 1 MA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 feet long and 35 feet wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified Item P-401 Hot Mix Asphalt (HMA) Pavements 49 �. OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F (71°C). The cold joint must be cut back using the same procedure that will be used during production in accordance with 401-4.13. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5.1 and 401-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if (1) mat density, air voids, and joint density are 90% or more within limits, (2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and (3) the voids in the mineral aggregate are within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401-6.1, has been approved, in writing, by the Engineer. CONSTRUCTION METHODS 401-4.1 Weather limitations. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Base Tempature Mat Thickness (minimum) OF 3 inches or greater 40 Greater than 2 inches 45 but less than 3 inches 50 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Constrict Northside Connector 15012 I I I f t 1 t 1 1 r r� 11 1 1 I a I I 7/21/2014 AC 150/5370-1OG 401-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M 15 6 with the following changes: Requirements for all plants include: a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (1) Adequate artificial lighting. (2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (4) Work benches for testing. (5) Desk with chairs and file cabinet. (6) Sanitary facilities convenient to testing laboratory. (7) Exhaust fan to outside air. (8) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. c. Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: Item P-401 Hot Mix Asphalt (HMA) Pavements 51 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. d. Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: (1) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (2) Stored in insulated bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 401-4.3 Hauling equipment. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.3.1 Material transfer vehicle (MTV). Material transfer vehicles used to transfer the material from the hauling equipment to the paver, shall use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 401-4.4 HMA pavers. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. 401-4.4.1 Automatic grade controls. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of �. maintaining the screed at the desired slope within ±0.1%. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet in length. b. Taut string -line (wire) set to grade. c. Short ski or shoe. d. Laser control. 52 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG 401-4.5 Rollers. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall 1 be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 401-4.6. Density device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 401-4.7 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F when added to the aggregate. 401-4.8 Preparation of mineral aggregate. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.9 Preparation of HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM 1 D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 401-4.10 Preparation of the underlying surface. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A tack coat shall be applied in accordance with Item P-603, if shown on the plans. 401-4.11 Laydown plan, transporting, placing, and finishing. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. Item P-401 Hot Mix Asphalt (HMA) Pavements 53 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of HMA , is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 401-4.4.1, provided grades of the first lift of HMA surface course meet the tolerances of paragraphs 401-5.2b(6) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F. Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. HMA be to the full width by a HMA It shall be struck off in a Upon arrival, the shall placed paver. uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 17 feet 6 inches except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least I foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 401-4.12 Compaction of HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the HMA has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. 54 - Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 1 1 7/21/2014 AC 150/5370-1OG In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.13 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. Asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint, prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 401-4.15 Diamond grinding. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting I head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any 1 conflict with runway or taxiway markings. 401-4.16 Nighttime paving requirements. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. Item P401 Hot Mix Asphalt (HMA) Pavements 55 OKV Construct Northside Connector 15012 J 7/21/2014 AC 150/5370-1OG (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. MATERIAL ACCEPTANCE 401-5.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations at the Contractor's expense. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6925 at the number of gyrations required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 or ASTM D6752 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. 56 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 .1 I 7/21/2014 AC 150/5370-1OG For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. (3) Acceptance. Acceptance of plant produced HMA for air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. b. In -place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. (1) Mat density. The lot size shall be the same as that indicated in paragraph 401-5.1a and shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 401-5.1 a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of HMA shall be completely bonded to the underlying layer. If any of the cores reveal that the surface is not bonded to the layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 401-5.1b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726 or ASTM D6752. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1 a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(3). c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Item P-401 Hot Mix Asphalt (HMA) Pavements 57 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 401-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement as well as the implementation of the Contractor Quality Control Program and test results: (1) Air voids (2) Mat density (3) Joint density (4) Thickness (5) Smoothness (6) Grade Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b(l ) Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401- 5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(7). The Engineer may at any time, reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance criteria. (1) Mat density and air voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment shall be determined in accordance with paragraph 401-8.1. (2) Joint density. Acceptance of each lot of plant produced HMA for joint density shall be based on the PWL. If the PWL of the lot is equal to or exceeds 90%, the lot shall be considered acceptable. If the PWL is less than 90%, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80%, the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71 %, the pay factor for the lot used to complete the joint shall be reduced by five (5) percentage points. This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401-8.1. (3) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable 58 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 I t 1 7/21/2014 AC 150/5370-1OG deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. 1 Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take 1 additional cores as approved by the Engineer to circumscribe the deficient area. (4) Smoothness. The final surface shall be free from roller marks. After the final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a smooth and uniform surface for each pavement lot 1 ; and the finished surface course of the pavement shall not vary more than 1/4 inch when evaluated with a 12-foot straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of 1 the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. The Contractor shall apply a surface treatment per Item P-608 or P-609 to all areas that have been subject to grinding as directed by the Engineer. (a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet or more often as determined by the Engineer. (i) Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. High spots on final surface course > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet or more often if directed by the Engineer. Deviations on final surface course > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. (b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the third points of paving lanes when widths of paving lanes are 20 ft or greater. (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 . When approved by the Engineer, Item P-401 Hot Mix Asphalt (HMA) Pavements 59 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG , the first and last 15 feet of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch when evaluated with a 12-foot straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch in longitudinal direction will be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Smoothness testing indicated in the above paragraphs exeept paragraph (ice shall be performed within 24 , hours of placement of material. Smoothness testing indieated iR paragraph (iii) shall be per-feFmed within The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (5) Grade. Grade shall be evaluated on the first day of placement and then as a minimum, every day to allow adjustments to paving operations if measurements do not meet specification requirements. , The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross -sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely not to exceed 50 feet to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course plus 1/2 inch of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off provided the course thickness complies with the thickness specified on the plans. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1 /32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 square yards. Areas in excess of 15 square yards will require removal and replacement of the pavement in accordance with the limitations noted above. The Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Percentage of material within specification limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. 1 60 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 u 1 1 1 L Ll n I 7/21/2014 AC 150/5370-1OG Table 5. Gyratory Acceptance Limits For Air Voids, Density TEST PROPERTY Specification Tolerance L U Air Voids Total Mix (%) 2 5 Mat Density (%) 96.3 101.3 Joint Density (%) 93.3 - d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. The criteria in Table 5 is based on production processes which have a variability with the following standard deviations: Surface Course Mat Density (%), 1.30; Base Course Mat Density (%), 1.55; Joint Density (%), 2.1. The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98% with 1.30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5% with 1.55% or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96% with 2.1 % or less variability. 401-5.3 Resampling pavement for mat density. a. General. Resampling of a lot of pavement will only be allowed for gnat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401- 5.1b and 401-5.2b(1). Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for resampled lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%. CONTRACTOR QUALITY CONTROL 401-6.1 General. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including, but not limited to: a. Mix design b. Aggregate grading c. Quality of materials d. Stockpile management e. Proportioning f. Mixing and transportation g. Placing and finishing Item P-401 Hot Mix Asphalt (HMA) Pavements 61 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-10G h. Joints i. Compaction j. Surface smoothness k. Personnel 1. Laydown plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 401-6.2 Contractor testing laboratory. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 401-6.3 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM C117. c. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture content of HMA. The moisture content shall be determined once per lot in accordance with ASTM D1461 or AASHTO T329. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. L In -place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional testing. Any additional testing that the Contractor deems'hecessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 Sampling. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and 62 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-106 replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard 1 procedures specified. 401-6.5 Control charts. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. I J a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch f6% ±9% 1/2 inch f6% +-9% 3/8 inch f6% ±9% No. 4 ±6% ±9% No. 16 f5% f7.5% No. 50 f3% ±4.5% No. 200 12% f3% Asphalt Content f0.45% ±0.70% VMA -1.00% -1.50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27for n=4. Item P-401 Hot Mix Asphalt (HMA) Pavements 63 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Control Chart Limits Based On Range (Based On n = 2) Sieve Suspension Limit 1 /2 inch 11 % 3/8 inch 11 % No. 4 11% No. 16 9% No. 50 6% No. 200 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 401-6.6 Quality control reports. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT 401-7.1 Measurement. HMA shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 401-8.1 Payment. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 401-5.2 shall be made based on results of tests for mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1 a for mat density and air voids and 401-8.1c for smoothness, subject to the limitation that: a. The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons of HMA used in the accepted work (See Note 1 under Table 6). b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all- labor, equipment, tools, and incidentals necessary to complete the item. c. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100% or higher. The lot pay factor shall be the lower of the two values 64 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 I I 1 ri 1 Ll 7/21/2014 AC 150/5370-1OG when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less than 71 percent then the lot pay factor shall be reduced by 5% but be no higher than 95%. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 401-8.1. Payment in excess of 100% for accepted lots of HMA shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100%. Table 6. Price Adjustment Schedule I Percentage of Material Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 93 — 100 103 90-93 PWL+ 10 70 — 89 0.125 PWL + 88.75 40 — 69 0.75 PWL + 45 Below 40 Reject Z t Although it is theoretically possible to achieve a pay factor of 103% for each lot, actual payment above 100% shall be subject to the total project payment limitation specified in paragraph 401-8.1. 2 The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. 401-8.1.1. Payment. Payment will be made under: Item P-401-8.1.1 Bituminous Surface Course -- per ton TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Coarse Aggregate ASTM C 131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates Item P-401 Hot Mix Asphalt (HMA) Pavements 65 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D6084 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer ASTM D6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ASTM D6925 Standard Test Method for Preparation and Determination of the Relative Density of Hot Mix Asphalt (HMA) Specimens by Means of the SuperPave Gyratory Compactor. ASTM El Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations 66 Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 I I 1 11 ' I] 11 1 it � I I J Uj � I 7/21/2014 AC 150/5370-1OG ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens AASHTO M 156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot - Laid Bituminous Paving Mixtures. AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method Asphalt Institute Handbook MS-26, Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-401 Item P-401 Hot Mix Asphalt (HMA) Pavements 67 OKV Construct Northside Connector 15012 r1 7/21/2014 AC 150/5370-1OG I 68 Intentionally Left Blank Item P-401 Hot Mix Asphalt (HMA) Pavements OKV Construct Northside Connector 15012 I I I 1 1 ' 7/21/2014 AC 150/5370-1OG Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) LI DESCRIPTION 1 403-1.1 This item shall consist of a base course composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. ' MATERIALS 403-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel crushed slag, screenings, ' natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 sieve is coarse aggregate. The portion passing the No. 4 sieve and retained on the No. 200 sieve is fine aggregate, and the portion passing the No. 200 sieve is mineral filler. a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free ' from organic matter and other deleterious substances. The percentage of wear shall not be greater than 50 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in ' accordance with ASTM C88. Clay Lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C 142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured ' faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of Slag shall be air- eeeled, blast fufmaee slag, and shall have a eempaefed weight of fiet less than 70 peands peF eubie feet when tested in aeeer-dafiee with ASTN4 G29. b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium ' sulfate is used, after five cycles, when tested per ASTM C88. Item P403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 69 OKV Construct Northside Connector 15012 11 7/21/2014 AC 150/5370-1OG , Clay lumps and friable particles shall not exceed 1.0 percent, by weight, when tested in accordance with ASTM C 142. ' Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 403-2.2 Mineral filler. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. , 403-2.3 Asphalt cement binder. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 76-22. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 403-2.4 Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse aggregate: , (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles , b. Fine aggregate: (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral filler. , d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a , statement that the material meets the specification requirement. 70 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 ' 7/21/2014 AC 150/5370-1OG The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 403-2.5 Anti -stripping agent. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 403-3.1 Composition of mixture. The HMA plant mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 403-3.2 Job mix formula. No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.4. The HMA shall be designed ' using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared at various asphalt contents and compacted using the gyratory compactor in accordance with ASTM D6925. n I 1 Li Ili Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the JMF. b. Percent of asphalt cement. c. Asphalt performance, grade, and type of modifier if used. d. Number of gyrations. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on the 0.45 power gradation curve. i. Graphical plots of air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific gravity and absorption of each aggregate. k. Percent natural sand. Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 71 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG 1. Percent fractured faces. in. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. q. Percentage and properties (asphalt content, binder properties, and aggregate properties) of reclaimed asphalt pavement (RAP) in accordance with paragraph Reclaimed Hot -Mix Asphalt, if RAP is used. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Gyratory Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Gyratory Compaction Criteria Pavements designed for aircraft gross weights of Test Property 60,000 lbs or more or tire pressures of 100 psi or more Number of compactor 75 gyrations Air voids (percent) 3.5 Percent voids in mineral See Table 2 aggregate, minimum r] 72 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA GFadatkm4 46 Gradation 2 15 Gradation 1 14 1 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and ASTM C 117. ' The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. J 17, I F Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve Gradation 1 Gradation 2 1 inch 100 -- 3/4 inch 76-98 100 1/2 inch 66786 79-99 3/8 inch 57-77 68-88 No.4 40-60 48-68 No.8 26-46 33-53 No.16 17-37 20-40 No. 30 11-27 14-30 No. 50 7-19 9-21 No. 100 6-16 6-16 No. 200 3-6 3-6 Asphalt Percent: Stone or gravel 4.5-7.0 5.0-7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 403-3.3 Reclaimed asphalt concrete (RAP). RAP shall not be used 1 403-3.4 Job mix formula (JMF) laboratory. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on ' the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 403-3.5 Test section. A test section is not required. ' Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 73 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG 403-4.1 Weather limitations. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be Table 4. Surface Temperature Limitations of Underlying Course Base Temperature (Minimum) Mat Thickness Degrees F Degrees C 3 inches or greater 40 4 Greater than 2 inches 45 7 but less than 3 inches 403-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M 156 with the following changes: a. Requirements for all plants include: (1) Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. (2) Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications and masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (a) Adequate artificial lighting. (b) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (c) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (d) Work benches for testing. (e) Desk with chairs and file cabinet. (f) Sanitary facilities convenient to testing laboratory. (g) Exhaust fan to outside air. Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 ' 7/21/2014 AC 150/5370-1OG (h) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working ' condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. ' (3) Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained 1 in the preparation of the mixtures. (4) Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: ' (a) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (b) Stored in insulated storage bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 403-4.3 Hauling equipment. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 403-4.3.1 Material transfer vehicle (MTV). Material transfer Vehicles shall be required due to the ' improvement in smoothness and decrease in both physical and thermal segregation. To transfer the material from the hauling equipment to the paver, use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 403-4.4 HMA pavers. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the ' screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. ' Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 75 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG , 403-4.4.1 Automatic grade control. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed , mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0.1%. , The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet in length ' b. Taut stringline (wire) set to grade c. Short ski or shoe , d. Laser control 403-4.5 Rollers. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 403-4.5.1 Density device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. ' 403-4.6 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F (160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F (175°C) when added to the aggregate. ' 403-4.7 Preparation of mineral aggregate. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. , Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. , 403-4.8 Preparation of HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder , and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all 76 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Nordiside Connector 15012 , 1 7/21/2014 AC 150/5370-1OG plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the ' weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 403-4.9 Preparation of the underlying surface. Immediately before placing the HMA, the underlying ' course shall be cleaned of all dust and debris. A tack coat shall be applied in accordance with Item P-603, if shown on the plans. 403-4.10 Laydown plan, transporting, placing, and finishing. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 403-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. I The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 403-4.4.1, provided grades of the first lift of bituminous surface course meet the tolerances of paragraphs 403-5.2b(5) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 403-5.2b(5) before the next lift can be placed. I The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F. Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the frill width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 18 feet 6 inches except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are ' added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. ' On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 77 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Areas of segregation in the course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 403-4.11 Compaction of HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened using a water soluble asphalt release agent approved by the Engineer. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 403-4.12 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. A asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 403-4.13 Diamond grinding. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement 1 �J 78 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 ' 1 7/21/2014 AC 150/5370-1OG thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. ' 403-4.14 Nighttime Paving Requirements. Paving during nighttime construction shall require the following: ' a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be 20 horizontal foot-candles and maintained in the following ' areas: (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. ' (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to ' the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete ' artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start 1 of any nighttime work. MATERIAL ACCEPTANCE 403-5.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids on a lot basis. Sampling ' shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 79 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6925 at the number of gyrations required by paragraph 403-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 or ASTM D6752 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. (3) Acceptance. Acceptance of plant produced HMA for air voids shall be determined by the Engineer in accordance with the requirements of paragraph 403-5.1. b. In -place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. (1) Mat density. The lot size shall be the same as that indicated in paragraph 403-5.1 a The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 403-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of bituminous material shall be completely bonded to the underlying layers of bituminous material. If any of the cores reveal that the surface is not bonded to the bituminous layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 403-5.1 b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or 5urtace Course) OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726 or ASTM D6752. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 403-5.1 a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b(2). c. Partial lots HMA. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots ' shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) ' cored samples be obtained, that is, n = 3. 403-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement and test results: (1) Air Voids ' (2) Mat density (3) Joint density (4) Thickness ' (5) Smoothness (6) Grade ' Mat density will be evaluated for acceptance in accordance with paragraph 403-5.2b(1). Joint density will be evaluated for acceptance in accordance with paragraph 403-5.2b(2). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 403- ' 5.2b(3). Acceptance for smoothness will be based on the criteria contained in paragraph 403-5.2b(4). Acceptance for grade will be based on the criteria contained in paragraph 403-5.2b(5). The Engineer may at any time reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 81 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG b. Acceptance criteria. (1) Mat density. Acceptance of each lot of plant produced material for mat density shall be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 96%, the lot shall be acceptable. If the average mat density of the lot is below 96%, the lot shall be removed and replaced at the Contractor's expense. (2) Joint density. Acceptance of each lot of plant produced HMA for joint density shall be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 94%, the lot shall be acceptable. If the average joint density of the lot is less than 94%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction. (3) Thickness. Thickness of each course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where thickness deficiency exceeds the specified tolerances, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (4) Grade. Grade shall be evaluated on the first day of placement and then every day to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross - sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yard. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Areas in excess of 15 square yard will require removal and replacement of the pavement in accordance with the limitations noted above. Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Density outliers. If the tests within a lot include a very large or a very small value that appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E178, at a significance level of 5%, to determine if this value should be discarded. 403-5.3 Resampling Pavement for Mat Density. a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-5.1. Only one resampling per lot will be permitted. 82 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 L ' 7/21/2014 AC 150/5370-1OG (1) A redefined mat density shall be calculated for the resampled lot. The number of tests used to ' calculate the redefined mat density shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for resampled lots. The redefined mat density for a resampled lot shall be used to evaluate the acceptance of that lot in accordance with paragraph 403-5.2. c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%. CONTRACTOR QUALITY CONTROL 403-6.1 General. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3, including but not ' limited to: a. Mix Design ' b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation ' g. Placing and Finishing h. Joints i. Compaction j. Surface smoothness k. Personnel 1. Laydown plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 403-6.2 Contractor testing laboratory. The lab shall meet the requirements of ASTM D3666 including ' all necessary equipment, materials, and current reference standards to comply with the specifications. 403-6.3 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the ' approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. ' Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 83 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117. c. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture content of HMA. The moisture content of the HMA shall be determined once per lot in accordance with ASTM D 1461 or AASHTO T329. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the 14MA at the plant, and the HMA at the job site. E In -place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 403-6.4 Sampling. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 403-6.5 Control charts. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch ±6% f9% 1/2 inch f6% ±9% 3/8 inch ±6% f9% Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit No. 4 f6% 19% No. 16 ±5% f7.5% No. 50 ±3% ±4.5% No. 200 ±2% ±3% Asphalt Content f0.45% ±0.70% VMA -1.00% -1.5% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27for n=4. Control Chart Limits Based On Range Based On n = 2 Sieve Suspension Limit 1 /2 inch 11 % 3/8 inch 11% No. 4 11 % No. 16 9% No. 50 6% No. 200 3.5% Asphalt Content 0.8% c. Corrective action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: ' (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 403-6.6 Quality control reports. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT ' 403-7.1 Measurement. Plant mix bituminous concrete pavement shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. ' Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 85 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG BASIS OF PAYMENT 403-8.1 Payment. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 403-5.2 shall be made at the contract unit price per ton for HMA. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-403-8.1 HMA Base Course -- per ton TESTING REQUIREMENTS AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot - Laid Bituminous Paving Mixtures ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-tun (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D1074 Standard Test Method for Compressive Strength of Bituminous Mixtures ASTM D 1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures Ll I I 86 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 ' 1 7/21/2014 AC 150/5370-1OG ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ' ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ' ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving ' Mixtures Method for Mechanical Analysis Extracted Aggregate ASTM D5444 Standard Test Size of ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous Mixtures ' Using Marshall Apparatus (6 inch -Diameter Specimen) ASTM D6307 Standard Test Method for Asphalt Content of Hot -Mix Asphalt by Ignition Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ' ASTM D6925 Standard Test Method for Preparation and Determination of the Relative Density of Hot Mix Asphalt (HMA) Specimens by Means of the SuperPave Gyratory Compactor ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM El I Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens). Asphalt Institute Handbook MS-26 Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) 87 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in , Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ' ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-403 1 k h 1-1 r 88 Item P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course) OKV Construct Northside Connector 15012 IItem P-405 Ground Stabilization Fabric I DESCRIPTION 405-1.1 This item shall consist of the installation of a ground stabilization fabric of the type described herein to be installed at the locations shown on the plans, as ordered by the Engineer. 1 MATERIALS 405-2.1 The stabilization fabric shall be a woven fabric having a minimum grab tensile strength of at least 300 pounds when measured in accordance with ASTM D-4632. CONSTRUCTION METHODS 405-3.1 Equipment. All equipment necessary and required for proper placement of the fabric shall be on the project, in first-class working condition, acceptable to the Engineer. 405-3.2 Laying And Installing Fabric. The Contractor shall install the fabric in conformance to the manufacturer's recommendations, based on the width and length of fabric rolls to be used on the project. Adhesives shall be used when recommended by the manufacturer. Fabric shall be lapped a minimum of 18 inches. Longitudinal joints in the fabric shall be lapped by a minimum of 18 inches. Care shall be taken to assure a continuous medium and adhesives shall be used, if recommended by the manufacturer. METHOD OF MEASUREMENT ' 405-4.1 The quantity of stabilization fabric to be paid for shall be the number of square yards (square meters) of fabric, less overlap, installed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 405-5.1 Payment shall be made at the contract unit price per square yard (square meter) for fabric ' installed. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-405-5.1 Stabilization Fabric -- per square yard (square meter) Test and Short Title None TESTING AND MATERIAL REQUIREMENTS Material and Short Title ASTM D 4632 Grab Tensile Strength END OF ITEM P-405 Item P-405 Ground Stabilization Fabric 89 OKV Construct Northside Connector 15012 7"'1n014 AC 150/5370-IOG I I Intentionally Left Blank I 1 90 Item P-405 Ground Stabilization Fabric OKV Construct Northside Connector 1 �012 Part 7 — Miscellaneous Item M-103 Closed Runway and Taxiway Markers DESCRIPTION 103-1.1 Closed runway and taxiway markers shall be furnished by the Contractor, and placed and maintained at the locations indicated or as ordered by the Engineer. The markers shall be installed when indicated on the plans, or when ordered by the Engineer. The closed markers shall remain in -place clearly visible from the air until the runway and/or taxiway is operational. Closed runway markers shall be in accordance with AC 150/5345-55, "Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure." The Contractor shall make a frequent inspection of the marking and make prompt repairs, as necessary. The closed taxiway markers may be plywood, lumber, cloth, plastic, or other satisfactory material as approved by the Engineer. The color shall be aviation yellow. ' METHOD OF MEASUREMENT 103-2.1 Closed runway and taxiway markers shall be measured by unit. No separate measurement will be made for relocation of the markers. IBASIS OF PAYMENT 103-3.1 The accepted quantity of closed runway and taxiway markers will be paid for at the contract unit price per each. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain each marker for the duration of the project. Payment will be made under: Item M-103-3.1 Closed Runway Marker -- per each Item M-103-3.1 Closed Taxiway Marker -- per each END OF ITEM M-103 L 1 Item M-103 Closed Runway and Taxiway Markers 91 OKV Construct Northside Connector 15012 r] I Intentionally Left Blank r� f] q? Item M-103 Closed Runway and Taxiway Markers OKV Construct Northside Connector 15012 Item M-107 Aviation Barricades DESCRIPTION 107-1.1 Aviation barricades shall be furnished by the Contractor, and placed and maintained as shown on the plans or as ordered by the Engineer. The aviation barricades shall be installed when ordered by the Engineer. The aviation barricades shall remain in -place, clearly visible, until ordered removed by the Engineer. Flashing or steady burning red lights shall be placed on the barricades for nighttime use. Aviation barricades shall be placed a maximum of five (5) feet apart. 1 MATERIALS 107-2.1 Materials shall be in accordance with the Manual on Uniform Traffic Control Devices and with theVirginia Department of Transportation Road and Bridge Specifications, Current Edition. METHOD OF MEASUREMENT 107-3.1 Aviation barricades shall be measured per linear foot of the area barricaded including spaces between the barricades. No separate measurement will be made for relocation of the aviation barricades. 107-3.2 Bucket barricades shall be measured per each barricade placed. No separate measurement will be made for relocation of the bucket barricades. BASIS OF PAYMENT 107-4.1 The accepted quantity of aviation barricades will be paid for at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain the barricades for the duration of the project. 107-4.2 The accepted quantity of bucket barricades will be paid for at the contract unit price per each. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain the barricades for the duration of the project. Payment will be made under: Item M-107-4.1 Aviation Barricades -- per linear foot Item M-107-4.2 Bucket Barricades -- per each END OF ITEM M-107 1 ' Item M-107 Aviation Barricades 93 OKV Construct Northside Connector 15012 h Intentionally Left Blank r� 94 Item M-107 Aviation Barricades OKV Construct Northside Connector 15012 r I� L 1 1 I 11 1� 1 7/21/2014 AC 150/5370-1OG Item P-610 Structural Portland Cement Concrete DESCRIPTION 610-1.1 This item shall consist of plain or reinforced structural portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C 1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C 1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Item P-610 Structural Portland Cement Concrete 95 OKV Construct Northside Connector 15012 1 AC 150/5370-1OG 7/21/2014 Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C136. Gradation For Coarse Aggregate Percentage by Weight Sieve Designation Passing Sieves 2" 1-1/2" 1" 3/4" 1/2" 3/8" (square openings) No.4 50 mm ( ) 38 mm ( ) 25 mm ( ) 19 mm ( ) 12 mm ( ) 9 mm ( ) No. 4 to 3/4 in. (4.75-19 mm) 100 90-100 20-55 0-10 No. 4 to 1 in. (4.75-25 mm) 100 90-100 25-60 0-10 No. 4 to 1-1/2 in. (4.75-38 100 95-100 35-70 10-30 0-5 mm) 610-2.2.1 Aggregate susceptibility to durability (D) cracking. Aggregates that have a history of D- cracking shall not be used. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied with no durability issues. a. Material currently being produced shall have a durability factor >_ 95 using ASTM C666. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting State Highway Department material specifications may be acceptable with concurrence of the FAA. b. The Contractor shall submit a current certification that the aggregate does not have a history of D- cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory. 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation Percentage by Weight (square openings) Passing Sieves 3/8 inch 100 No. 4 95-100 No. 16 45-80 No. 30 25-55 No. 50 10-30 No. 100 2-10 Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials 96 Item P-610 Structural Portland Cement Concrete OKV Construct Northside Connector 15012 1 r_. I a Fil 'I 1 C t7/21/2014 AC 150/5370-1OG other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 Cement. Cement shall conform to the requirements of ASTM C150 Type II. If aggregates are deemed innocuous when tested in accordance with paragraph 610-2.1.a. l and accepted in accordance with paragraph 610-2.1.a.3, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 Water. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. ' 610-2.6 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all 1 of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. 1 a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air - entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM CIO 17 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below: ' Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 f0.5 SO4 (Sulfate Ion) 0.1 (max) Cl (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0.1 (max) K (Potassium Ion) 0.1 (max) Provide a trained representative to supervise the lithium nitrate admixture dispensing and mixing ' operations. 610-2.7 Premolded joint material. Premolded joint material for expansion joints shall meet the requirements of ASTM D1751 or ASTM D1752. 610-2.8 Joint filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified. Item P-610 Structural Portland Cement Concrete 97 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 610-2.9 Steel reinforcement. Reinforcing shall be as shown in the plans, and shall conform to the following requirements eansist of 1-amo ng tezhe regnirernents eft}: Reinforcing Steel ASTM A615, ASTM A706, ASTM A775, ASTM A934 Welded Steel Wire Fabric ASTM A1064 Welded Deformed Steel Fabric ASTM A1064 Bar Mars ASTM A 184 or ASTM A704 610-2.10 Materials for curing concrete. Curing materials shall conform to the following: Waterproof paper ASTM C 171 Clear or white Polyethylene Sheeting ASTM C 171 White -pigmented Liquid Membrane -Forming Compound, Type 2, Class B ASTM C309 CONSTRUCTION METHODS 610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the Engineer. 610-3.2 Concrete composition. The concrete shall develop a compressive strength as shown on the plans of r_' psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5% of entrained air, f1%, as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C 143. 610-3.3 Acceptance sampling and testing. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 Qualifications for concrete testing service. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C 1077 or ASTM E329. 610-3.5 Proportioning and measuring devices. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained. 610-3.6 Consistency. The consistency of the concrete shall be determined by the slump test specified in ASTM C 143. 610-3.7 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 98 Item P-610 Structural Portland Cement Concrete OKV Construct Northside Connector 15012 1 [-I 1 7/21/2014 AC 150/5370-1OG 610-3.8 Mixing conditions. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. The Contractor 1 shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. i 610-3.9 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength. 610-3.10 Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.12 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of ' forms and falsework, and the placing of the steel reinforcing have been approved by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.13 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) ' Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by wood tampers, spading, and settling with a heavy Item P-610 Structural Portland Cement Concrete 99 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 Construction joints. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.15 Expansion joints. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 Defective work. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 Surface finish. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine. 610-3.18 Curing and protection. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with, an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. 610-3.19 Drains or ducts. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 100 Item P-610 Structural Portland Cement Concrete OKV Construct Northside Connector 15012 I I [I 1 I 7/21/2014 AC 150/5370-1OG 610-3.20 Cold weather placing. When concrete is placed at temperatures below 40°F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50OF and 100°F. Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than pounds of Type 1 nor more than 1.6 pounds of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of 1 the mix at not less than 507 until at least 60% of the designed strength has been attained. 610-3.21 Hot weather placing. Concrete shall be properly placed and finished with procedures previously submitted. The concrete -placing temperature shall not exceed 95°F when measured in accordance with ASTM C 1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete ' placement when steel temperatures are greater than 120°F. Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions. 610-3.22 Filling joints. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall 1 be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. IMETHOD OF MEASUREMENT dimensions used s or- othe- shall be these shown W - ' 3FEleFed 13)' the Engineer-. Ne ffleaStiFeRieR . 1embedded items. , 1as shown en the plans, eemplete in plaee and aeeepted. The unitweight used fer defeFmed baFs shall be plans, tO be Paid fef: Shall ifiellide the Weight Of Metal Pipes Mid dffliffS, fnetal eenduits and duets, er- similaF materials indieated and itieRided 610-4.1 Portland cement concrete shall not be measured directly but considered incidental to other items of work. ' 610-4.2 Reinforcing steel shall not be measured directly but considered incidental to other items of work. I BASIS OF PAYMENT Item P-610 Structural Portland Cement Concrete 101 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 610-5.1 No separate payment shall be made for structural Portland cement concrete or for reinforcing steel. The cost for furnishing all materials and for all preparation, delivery and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item shall be considered incidental. Payment will be made under: TESTING REQUIREMENTS ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM CIO 17 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C 1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C 1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C 1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) 1 1 ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar- I Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, I Testing, or Special Inspection U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of , Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) 102 Item P-610 Structural Portland Cement Concrete OKV Construct Northside Connector 15012 , r7/21/2014 AC 150/5370-1OG MATERIAL REQUIREMENTS ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete for Portland Cement ASTM C 150 Standard Specification ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D 1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 Item P-610 Structural Portland Cement Concrete 103 OKV Construct Northside Connector 15012 AC 150/5370-1OG 7/21/2014 1 I Intentionally Left Blank L L 104 Item P-610 Structural Portland Cement Concrete OKV Construct Northside Connector 15012 1 C� 7/21/2014 AC 150/5370-1OG Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 Materials acceptance. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 Marking materials. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2 a. Paint shall be furnished in white (37925), yellow (33538 or 33655), and black (37038) in accordance with Federal Standard No. 595. Waterborne paint shall include a biocide that will resist algae growth for at least three years. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type 11. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. 620-2.3 Reflective media. Glass beads shall meet the requirements for Federal Specification TT-P- 1325D, Type III. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type III White See Table 1 Yellow See Table I Red Not used Pink Not used Black Not used Green Not used Item P-620 Runway and Taxiway Marking 105 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG ' CONSTRUCTION METHODS 620-3.1 Weather limitations. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F and rising and the pavement surface temperature is at least 5°F (above the dew point or meets the manufacturer's recommendations. Painting operations shall be discontinued when the surface temperature exceeds the manufacturers" recommendations or 120'F. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. The Engineer and/or airport representative reserve the right to discontinue operations should windscreens prove to be inadequate based on the sole discretion of the Engineer or airport representative. ' 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross -sections and clear-cut edges without running or spattering and without over spray. 620-3.3 Preparation of surface. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting or grinding or by other methods as required to remove all contaminants without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. At least 24 hours prior to remarking existing markings, the existing markings must be removed such that 90% of the existing markings are removed with small engine pressure washers with a pressure range of 1,000 to no or than 3,500 psi; low pressure truck mounted washers with a maximum pressure of 10,000 psi; high pressure truck mounted washers with a maximum pressure of 20,000 psi or ultra high truck based washers with a maximum 25,000 psi usage. In all cases the contractor shall demonstrate the ability of the equipment to remove marks without damage to the pavement. After waterblasting, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both. ' Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application. Paint be applied at the locations and to the dimensions and spacing shown on ' shall the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: ' I 106 Item P-620 Runway and Taxiway Marking OKV Construct Northside Connector 15012 1 1 i:l 1 7/21/2014 AC 150/5370-1OG Dimension and Spacing Tolerance 36 inch or less t 1 /2 inch greater than 36 inch to 6 feet t 1 inch greater than 6 feet to 60 feet f2 inch greater than 60 feet t3 inch The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. Multiple coats may be required to obtain the required application rate. The addition of thinner will not be permitted. A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Areas required to be open to traffic prior to the thirty (30) day cure period shall be marked at 33 percent of the specified coverage and remarked after the thirty (30) day cure. Payment shall be made for the initial marking under the Initial Marking pay item. Glass Beads are not required for the Initial Marking. The final marking shall be placed at the full rate, and payment shall be made under the permanent marking pay item. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 Test strip. Prior to the full application of airfield markings, the Contractor shall produce a test ' strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons of paint and application of 35 lbs of Type I or 50 lbs of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table I (e.g., for 5 gallons of waterborne paint shall cover no more than 575 square feet. Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) table. 1 I 1 Paint Glass Beads, Paint Type Square feet per Type Ill Pounds per gallon of gallon, 11 /gal paint-lb/gal Waterborne Type I or II 115 ffz/gal max 10 lb/gal min (Permanent) Waterborne Type I or II 345 ft2/gal max -- (Initial) Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. ' Item P-620 Runway and Taxiway Marking 107 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. bond in the fflffli*Hg�SHbStFate inter-faee ' the materials must be applied using avaFiahle speed pFopelled mobile heatei: wit.h. an eff'Rotbve heatiHgwidth of no less thaR 16 feet and a ffee span between �,heejs of na less than j 8 feet. The heater must emit theFmal FadiatiOn tE) the MaFk*Hg Matffial iR A 'Ph A �4 an HeF that the Eli 98FeRee iR tempeFatWe 42 inches wide !in ear- segments iii the diFeetion a h_ ..,:.h: CO% Fth II .,ors .o to.n.,or r.. 0 4 rho ho ro a the .,I ter: ro .,I AV �Essee7���n+ie�rtsssr.�arrsss►srrrssmr y.. - 620-3.8 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620 4.1 The quatitity of Funway aiid taxiway Hiarkitigs to be paid foF shall be 1 the HuHibeF of squaFe feet 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting, complete, in place, performed in accordance with the specifications and accepted by the Engineer. No separate measurement shall be made for reflective media or multiple coats. BASIS OF PAYMENT b • b equipment, tools, and ineidentals neeessaFy to eemplete the item. 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting. No separate payment will be made for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 108 Item P-620 Runway and Taxiway Marking OKV Construct Northside Connector 15012 , ' 7/21/2014 AC ,150/5370-1OG Payment will be made under: Item P-620-5.1-1 Initial Taxiway Marking (yellow, no beads) -- per square foot Item P-620-5.1-1 Taxiway Marking (yellow, with beads) -- per square foot Item P-620-5.1-1 Runway Marking (white, with beads) -- per square foot Item P-620-5.1-1 Outline marking (black, no beads) -- per square foot TESTING REQUIREMENTS 1 ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis ofNonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive for ASTM D1652 Standard Test Method Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Item P-620 Runway and Taxiway Marking 109 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG I Commercial Item Description A-A-288613 Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 I � I � 110 Item P-620 Runway and Taxiway Marking OKV Construct Northside Connector 15012 , ' 7/21/2014 AC 150/5370-1OG ' Part 8 — Fencing Item F-162 Chain -Link Fence ' DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fence in accordance with these specifications, the details shown on the plans, and in conformity with the lines and grades shown on the ' plans or established by the Engineer. MATERIALS 162-2.1 Fabric. The fabric shall be woven with a 9-gauge galvanized steel wire wire in a 2-inch mesh and shall meet the requirements of ASTM A392, Class 2. ' 162-2.2 Barbed wire. Barbed wire shall be 2-strand 12-1/2 gauge zinc -coated wire with 4-point barbs and shall conform to the requirements of ASTM A 121, Class 3. ' 162-2.3 Posts, rails, and braces. Line posts, rails, and braces shall conform to the requirements of ASTM F 1043 or ASTM F 1083 as follows: Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC (High Strength Pipe), External coating Type B, and internal coating Type B or D. Roll Formed Steel Shapes (C-Sections) shall conform to the requirements of Group IIA, and be ' galvanized in accordance with the requirements of ASTM F 1043, Type A. Hot -Rolled Shapes (H Beams) shall meet the requirements of Group III, and be galvanized in accordance ' with the requirements of ASTM F1043, Type A. Aluminum Pipe shall conform to the requirements of Group IB. Aluminum Shapes shall conform to the requirements of Group IIB. Vinyl or polyester coated steel shall conform to the requirements of ASTM F1043, Paragraph 7.3, Optional Supplemental Color Coating. Composite posts shall conform to the strength requirements of ASTM F1043 or ASTM F1083. The strength loss of composite posts shall not exceed 10% when subjected to 3,600 hours of exposure to light and water in accordance with ASTM G 152, ASTM G 153, ASTM G 154, and ASTM G 155. ' Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. Those for use with galvanized steel fabric shall be galvanized steel, and those for use in conjunction with PVC coated fabric shall be PVC coated. Posts, rails, and braces, with the exception of galvanized steel conforming to ASTM F 1043 or ASTM F 1083, Group 1 A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: ' Item F-162 Chain -Link Fence III OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG • External: 1,000 hours with a maximum of 5% red rust. • Internal: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Federal Specification RR-F-191/3. No used, re -rolled, or open seam steel shall be permitted in posts, gate frames, rails, or braces. All fence materials shall be new. 162-2.4 Gates. Gate frames shall consist of galvanized steel pipe and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. 162-2.5 Wire ties and tension wires. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR-F-191/4. 162-2.6 Miscellaneous fittings and hardware. Miscellaneous steel fittings and hardware for use with zinc -coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to the outermost end of the arm. 162-2.7 Concrete. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi. 162-2.8 Marking. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162-3.1 Clearing fence line. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 5 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 Installing posts. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. J D 112 Item F-162 Chain -Link Fence OKV Construct Northside Connector 15012 , LI ' 7/21/2014 AC 150/5370-1OG In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall ' be made for rock excavation. 162-3.3 Installing top rails. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. ' 162-3.4 Installing braces. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 Installing fabric. The wire fabric shall be firmly attached to the posts and braced as shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one inch or ' more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches with openings in excess of 4 inches, and where it ' is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162-3.6 Electrical grounds. Electrical grounds shall be constructed where a power line passes over the fence, at 500 feet intervals, and at all gates. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inches in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA-STD-019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, Paragraph 4.2.3.8, Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities. 162-3.7 Cleaning up. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded per T-901. 162-3.8 General. Fence shall be constructed in accordance with the details on the plans and as specified ' in these specifications using new materials, and all work shall be performed in a workmanlike manner satisfactory to the Engineer. Prior to the beginning of the work, the Contractor shall stake the entire fence alignment for review by the Engineer and Owner. The Engineer and/or Owner reserve the right to make ' adjustment in the final fence alignment prior to installation. The finished fence shall be plumb, taut, true to line and ground contour, and complete in every detail. When ordered, the Contractor shall be required to stake down the chain -link fence fabric at several points ' between posts. 162-3.9 Airport Security. When existing fence is to be removed and/or replaced, the Contractor shall be ' required to maintain security by arranging the work so that there are no lapse sin secured fence. This can be accomplished either by installing all new fence prior to removal of existing; or by sequencing construction of the new fence or gates to immediately follow the removal of existing fences or gates. The length of unfenced section at any time shall not exceed 300 feet, and all openings shall be guarded while construction is underway. The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence or the newly constructed gate secured. No open section of fence shall remain unattended at any time. The Owner reserves the right to approve or ' reject the contractor's proposed guard personnel and sequencing plan. 162-3.10 Existing Fence Connection. New fences shall be permanently tied to the terminals of existing ' fences. Wherever the new fence joins existing, either at a corner or at the intersection of straight fence lines, a corner post with a brace post shall be set at the junction and braced the same as herein described Item F-162 Chain -Link Fence 113 OKV Construct Northside Connector 15012 7/21 /2014 AC 150/5370-1 OG , for corner posts or as shown on the plans. If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span. ' METHOD OF MEASUREMENT 162-4.1 Chain -link fence will be measured for payment by the linear foot. Measurement will be along ' the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.2 Vehicle and Pedestrian Gates will be measured as complete units. I BASIS OF PAYMENT linear foot. , 162-5.1 Payment for chain -link fence will be made at the contract unit price per 162-5.2 Payment for vehicle or pedestrian gates will be made at the contract unit price for each gate. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and , installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. ' Payment will be made under: Item F-162-5.1 [size] [type] Chain -Link Fence -- per linear foot Item F-162-5.2a [size] [type] Vehicle Gates -- per each , MATERIAL REQUIREMENTS ASTM A121 Standard Specification for Metallic -Coated Carbon Steel Barbed Wire ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel ' Products ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric ASTM A491 Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric , ASTM A572 Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel ASTM A653 Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron ' Alloy -Coated (Galvannealed) by the Hot -Dip Process ASTM A824 Standard Specification for Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM A1011 Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High Strength Low Alloy with Improved Formability, ' and Ultra High Strength ASTM B 117 ASTM B221 Standard Practice for Operating Salt Spray (Fog) Apparatus Standard Specification for Aluminum and Aluminum Alloy Extruded Bars, Rods, , Wire, Profiles and Tubes ASTM B429 Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube ' 114 Item F-162 Chain -Link Fence OKV Construct Northside Connector 15012 ' F ' 7/21/2014 AC 150/5370-1OG 1 kil r 1 I ASTM F668 Standard Specification for Polyvinyl Chloride(PVC), Polyolefin and other Organic Polymer Coated Steel Chain -Link Fence Fabric ASTM F1043 Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework ASTM F1083 Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures ASTM F1183 Standard Specification for Aluminum Alloy Chain Link Fence Fabric ASTM F1345 Standard Specification for Zinc 5% Aluminum-Mischmetal Alloy Coated Steel Chain -Link Fence Fabric ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G153 Standard Practice for Operating Enclosed Carbon Are Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM F-162 ' Item F-162 Chain -Link Fence 115 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG I 1 Intentionally Left Blank 116 Item F-162 Chain -Link Fence OKV Construct Northside Connector 15012 LJ 7/21/2014 AC 150/5370-1OG Part 9 — Drainage Item D-701 Pipe for Storm Drains and Culverts DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 701-2.3 Concrete. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C94. 701-2.4 Rubber gaskets. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477. 701-2.5 Joint mortar. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type 1. The sand shall conform to the requirements of ASTM C 144. 701-2.6 Joint fillers. Poured filler for joints shall conform to the requirements of ASTM D6690. 701-2.7 Plastic gaskets. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.8. Controlled low -strength material (CLSM). CLSM is not allowed. CONSTRUCTION METHODS 701-3.1 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration ' Item D-701 Pipe for Storm Drains and Culverts 117 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch (200 mm) or 1 /2 inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the backfill to at least 12 inches over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid for the pipe. 701-3.2 Bedding. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. fnm) belew the betteffl efthe pipe and eX4eRdifig tip aFeUHd the PiPO &F a depth of net less than 309,; e the pipe's vel4ieal Outside diaffleter-. The layer- of bedding material shall be shaped to fit the Pipe fOF a least 10,0,0 of the pipe's N,el4ieal diaflieteF EIREI Shall have r-eeesses shaped to reeei,,,e the bell of bell and spigot pipe. The beddifig fliateFial Shall be Safid OF seleet sandy seil with 1 0 Class B bedding shall consist of a bed of granular material conforming to the plan details. Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. 1 11 118 Item D-701 Pipe for Storm Drains and Culverts OKV Construct Northside Connector 15012 , 7/21/2014 AC 150/5370-1OG b. Flexible pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth (inch) Minimum Bedding Depth (inch) 1/2 1 1 2 2 3 2-1/2 3-1/2 ' c. PVC, polyethylene, and polypropylene pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches. For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 sieve. For all ' other areas, no more than 50% of the material shall pass the No. 200 sieve. The bedding shall have a thickness of at least 6 inches below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter. ' 701-3.3 Laying pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing ' upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. ' Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 Joining pipe. Joints shall be made with , (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. ' Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. 1 pipe. seetieRs shali be so the ends are Wly entered and the inneF suffaees are r-easenably flush and even. joints ' a. Concrete pipe. Concrete pipe shall be bell and spigot only. b. Metal pipe. Metal pipe shall be firmly joined by form -fitting bands conforming to the ' requirements of ASTM A760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC, polyethylene and polypropylene pipe. Joints for PVC, Polyethylene, and Polypropylene pipe shall conform to the requirements of ASTM D3212 when water tight joints are required. Joints for ' PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294. Fittings for polypropylene pipe shall conform to ASTM F2881, ASTM F2736, or ASTM F2764. 701-3.5 Backfilling. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's ' expense. ' Item D-701 Pipe for Storm Drains and Culverts 119 OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG ' Material for backfill shall be fine, readily compatible soil or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2-inch sieve, chunks of highly plastic clay, or other objectionable material. Granular backfill material shall have 95% or more passing the a 1/2 inch sieve, with 95% or more being retained on the No. 4 sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in ' layers not exceeding 6 inches on each side of the pipe and shall be brought up one foot above the top of the pipe or to natural ground level, whichever is greater. Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches and shall be brought up evenly on each side of the pipe to one foot above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet, whichever is less. ' For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to ' construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. 701-3.6 Connections. Where the plans call for connections to existing or proposed structures, these ' connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 701-3.7 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of ' all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankment, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas outside the grading or paving limits of project, to their original condition. ' After work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. Performance of the work described in this section is not payable directly, but shall be considered as a ' subsidiary obligation of the Contractor covered under the contract unit price for the pipe. 701-3.8 Inspection. Prior to final approval of the drainage system, the Engineer, accompanied by the Contractor's representative, shall make a thorough inspection, by an appropriate method, of the entire installation. Any indication of defects in material or workmanship, or obstruction to flow in the pipe system, shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as ordered by the Engineer. METHOD OF MEASUREMENT , 701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside ' face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 120 Item D-701 Pipe for Storm Drains and Culverts OKV Construct Northside Connector 15012 ' I 7/21/2014 AC 150/5370-1OG There will be no separate measurement for collars, connections, tie-ins excavation, blasting, backfill, or other incidentals. BASIS OF PAYMENT 7-01 5.1 Payment will be made at the e8fitFarA HRit PFieO POF liHOar- f6et (ffieteF) fAff P__AA_h ki-Rd- Of pipe Ofth-e and type of End seetiefl. 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 701-5.1 [size] inch [type] -- per linear foot MATERIAL REQUIREMENTS AASHTO M 167 Standard Specification for Corrugated Steel Structural Plate, Zinc -Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M 190 Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M 198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M243 Standard Specification for Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-mm (12- to 36-in.) Diameter ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains Item D-701 Pipe for Storm Drains and Culverts 121 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG ASTM A761 Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM A849 Standard Specification for Post -Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C 14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C 150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers ASTM 131056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 through 24 in. Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR PR) Based on Outside Diameter ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter 122 Item D-701 Pipe for Storm Drains and Culverts OKV Construct Northside Connector 15012 � I I 11, 1 I u j 1 1 7/21/2014 AC 150/5370-1OG ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage ASTM F2736 Standard Specification for 6 to 30 in. (152 to 762 mm) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in. (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in. (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications END ITEM D-701 Item D-701 Pipe for Storm Drains and Culverts 123 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG I 124 Intentionally Left Blank Item D-701 Pipe for Storm Drains and Culverts OKV Construct Northside Connector 15012 11 � I 1 11 1 I 1 1 1 7/21/2014 AC 150/5370-1OG Item D-705 Pipe Underdrains for Airports DESCRIPTION 705-1.1 This item shall consist of the construction of pipe drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans or as directed by the Engineer. MATERIALS 1 705-2.1 General. Materials shall meet the requirements shown on the plans and specified below. 705-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. ' ASTM F758 Standard Specification for Smooth -Wall Poly (Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage 705-2.3 Joint mortar. Pipe joint mortar shall consist of one part by volume of Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 705-2.4 Elastomeric seals. Elastomeric seals shall conform to the requirements of ASTM F477. 705-2.5 Porous backfill. Porous backfill shall be free of clay, humus, or other objectionable matter, and shall conform to the gradation for AASHTO No. 57 or 68, unless otherwise indicated in the plans. +n Table 1 when tested in aeeef:danee with ASTM C 136.- When twe eour-ses of porous baekfill are speeified in the plans, the finer- of the materials shall eeafeFm ta . . gradation given in the tabuleAien fef: POFeUS material 705-2.6. Granular material. Granular material used for backfilling shall conform to the requirements of ASTM D2321 for Class IA, IB, or II materials, or shall meet the requirements of AASHTO Standard Specification for Highway Bridges Section 30, unless otherwise indicated on the plans. 705-2.7. Filter fabric. The filter fabric shall conform to the requirements of AASHTO M288 Class 2 and ' shall meet the manufacturers recommendation for the intended use. 705-2.8. Controlled low -strength material (CLSM). CLSM is not allowed. CONSTRUCTION METHODS 705-3.1 Equipment. All equipment required for the construction of pipe underdrains shall be on the project, in good working condition, and approved by the Engineer before construction is permitted to start. 705-3.2 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 inches on each side of the pipe. The trench walls shall be approximately vertical. Item D-705 Pipe Underdrains for Airports 125 OKV Construct Northside Connector 15012 11 7/21/2014 AC 150/5370-1OG Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 inches. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. , Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. The excavation shall not be carried below the required depth; if this occurs, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding material. , The pipe bed shall be shaped so at least the lower quarter of the pipe shall be in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be excavated to allow the pipe barrel to support the , entire weight of the pipe. The Contractor shall do trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to Federal, state and local laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the backfill has reached at least 12 inches over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. 705-3.3 Laying and installing pipe. a. Concrete pipe. The laying of the pipe in the finished trench shall be started at the lowest point and proceed upgrade. When bell and spigot pipe is used, the bells shall be laid upgrade. If tongue and groove pipe is used, the groove end shall be laid upgrade. Holes in perforated pipe shall be placed down, unless otherwise shown on the plans. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid by the Contractor at no additional expense. b. Metal pipe. The metal pipe shall be laid with the separate sections joined firmly together with bands, with outside laps of circumferential joints pointing upgrade, and with longitudinal laps on the sides. Any metal in the pipe or bands that is not protected thoroughly by galvanizing shall be coated with a suitable asphaltum paint. During installation, the asphalt -protected pipe shall be handled without damaging the asphalt coating. Any breaks in the bitumen or treatment of the pipe shall be refilled with the type and kind of bitumen used in coating the pipe originally. c. PVC or polyethylene pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D2321 or AASHTO Standard Specification for Highway Bridges Section 30. Perforations shall meet the requirements of AASHTO M252 or AASHTO M294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line and grade. d. All types of pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by the Engineer. Unless otherwise shown on the plans, a 4 inch bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains. 126 Item D-705 Pipe Underdrains for Airports OKV Construct Northside Connector 15012 1 1 CJ I E 1 I 7/21/2014 AC 150/5370-1OG Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight -fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected and constructed as shown on the plans. e. Filter fabric. The filter fabric shall be installed in accordance with the manufacturer's recommendations, or in accordance with AASHTO M288 Appendix, unless otherwise shown on the plans. 705-3.4 Mortar. The mortar shall be of the desired consistency for caulking and filling the joints of the pipe and for making connections to other pipes or to structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. 705-3.5 Joints in concrete pipe. When open or partly open joints are required or specified, they shall be constructed as indicated on the plans. The pipe shall be laid with the ends fitted together as designed. If bell and spigot pipe is used, mortar shall be placed along the inside bottom quarter of the bell to center the following section of pipe. The open or partly open joints shall be surrounded with granular material meeting requirements presented elsewhere in this specification as indicated on the plans. This backfill shall be placed so its thickness will be not less than 3 inches nor more than 6 inches, unless otherwise shown on the plans. When the original material excavated from the trench is impervious, commercial concrete sand or granular material shall surround porous backfill 1e2 (Table 1), as shown on the plans or as directed by the Engineer. When the original material excavated from the trench is pervious and suitable, it may be used as backfill , when indicated on the plans or as directed by the Engineer. 705-3.6 Backtilling. a. Earth. All trenches and excavations shall be backfilled soon after the pipes are installed, unless additional protection of the pipe is directed. The backfill material shall be select material from excavation or borrow and shall be approved by the Engineer. The select material shall be placed on each side of the pipe out to a distance of the nominal pipe diameter and one foot over the top of the pipe and shall be readily compacted. It shall not contain stones 3 inches or larger in size, frozen lumps, chunks of highly plastic clay, or any other material that is objectionable to the Engineer. The material shall be moistened or dried, as required to aid compaction. Placement of the backfill shall not cause displacement of the pipe. Thorough compaction under the haunches and along the sides to the top of the pipe shall be obtained. The backfill shall be placed in loose layers not exceeding 6 inches in depth under and around the pipe, and not exceeding 8 inches over the pipe. Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by the Engineer, until the trench is completely filled and brought to the planned elevation. Backfilling shall be done to avoid damaging top or side pressures on the pipe. In embankments and other unpaved areas, the backfill shall be compacted per Item P-152 to the density required for embankments in unpaved areas. Under paved areas, the subgrade and any backfill shall be compacted per Item P-152 to the density required for embankments for paved areas. b. Granular backfill. When granular backfill is required, placement in the trench and about the pipe shall be as shown on the plans. The granular backfill shall not contain an excessive amount of foreign matter, nor shall soil from the sides of the trench or from the soil excavated from the trench be allowed to filter into the granular backfill. When required by the Engineer, a template shall be used to properly place and separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches Item D-705 Pipe Underdrains for Airports 127 OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG in depth. The granular backfill shall be compacted by hand and pneumatic tampers to the requirements as given for embankment. Backfilling shall be done to avoid damaging top or side pressure on the pipe. The granular backfill shall extend to the elevation of the trench or as shown on the plans. When perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. If the original material excavated from the trench is pervious and suitable, it shall be used in lieu of porous backfill No. 1. If porous backfill is placed in paved or adjacent to paved areas before grading or subgrade operations is completed, the backfill material shall be placed immediately after laying the pipe. The depth of the ' granular backfill shall be not less than 12 inches, measured from the top of the underdrain. During subsequent construction operations, a minimum depth of 12 inches of backfill shall be maintained over the underdrains. When the underdrains are to be completed, any unsuitable material shall be removed exposing the porous backfill. Porous backfill containing objectionable material shall be removed and , replaced with suitable material. The cost of removing and replacing any unsuitable material shall be at the Contractor's expense. If a granular subbase blanket course is used which extends several feet beyond the edge of paving to the outside edge of the underdrain trench, the granular backfill material over the underdrains shall be placed in the trench up to an elevation of 2 inches above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor shall blade this excess trench backfill from the top of the trench onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. Any unsuitable material that remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the subbase material and the underdrain granular backfill material for the full width of the underdrain trench. c. Controlled low -strength material (CLSM). CLSM is not allowed. d. Deflection testing. The Engineer may at any time, notwithstanding previous material acceptance, reject or require re -installation of pipe that exceeds 5% deflection when measured in accordance with ASTM D2321, including Appendices. 705-3.7 Connections. When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made to obtain a smooth uniform flow line throughout the drainage system. 705-3.8 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankments, shoulders, or as directed by the Engineer. Except for paved areas of the airport, the Contractor shall restore all disturbed areas to their original condition. METHOD OF MEASUREMENT 705-4.1 The length of pipe shall be the number of linear feet of pipe underdrains in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. No separate measurement will be made for excavation, backfill, fabric, or other incidentals. baekfill .and Ne., QpTRPie[GZ7Tp'ILTGG-and aGOGFLc, and rshall be Qccc[riIii[ca 2rom the C[[rr[ l dir-eeted by the Engineer-. 128 Item D-705 Pipe Underdrains for Airports OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG BASIS OF PAYMENT 705-5.1 Pipe underdrains, Complete. Pipe underdrains, complete (including porous backfill and filter fabric) shall be made at the contract unit price per linear foot COMPLETE including porous backfill and filter fabric. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-705-5.1 [ size ] inch [ type ] pipe underdrain -- per linear foot MATERIAL REQUIREMENTS ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C 150 Standard Specification for Portland Cement ASTM C444 Standard Specification for Perforated Concrete Pipe ASTM C654 Standard Specification for Porous Concrete Pipe ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F758 Standard Specification for Smooth Wall Poly(Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage 1 ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage AASHTO M190 Standard Specification for Bituminous - Coated Corrugated Metal Culvert Pipe and Pipe Arches Item D-705 Pipe Underdrains for Airports 129 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG AASHTO M 196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M288 Standard Specification for Geotextile Specification for Highway Applications AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500- mm (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel -Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-mm (12- to 36-in.) diameter AASHTO Standard Specifications for Highway Bridges END OF ITEM D-705 130 Item D-705 Pipe Underdrains for Airports OKV Construct Northside Connector 15012 1 1 7/21/2014 AC 150/5370-1OG Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 1 751-2.1 Brick. The brick shall conform to the requirements of ASTM C32, Grade MS. 751-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C 144. 751-2.3 Concrete. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.4 Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches nor more than 48 inches . There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. 751-2.5 Corrugated metal. Corrugated metal shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M36. 751-2.6 Frames, covers, and grates. The castings shall conform to one of the following requirements: a. ASTM A48, Class 3513: Gray iron castings b. ASTM A47: Malleable iron castings c. ASTM A27: Steel castings d. ASTM A283, Grade D: Structural steel for grates and frames e. ASTM A536, Grade 65-45-12: Ductile iron castings f. ASTM A897:Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. 751-2.7 Steps. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. 751-2.8 Precast inlet structures. Manufactured in accordance with and conforming to ASTM C1433. Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes 131 OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG CONSTRUCTION METHODS 751-3.1 Unclassified excavation. a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned'of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 Brick structures. Foundations. A foundation shall be for all brick structures after the foundation a. prepared placed excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P-610. be thoroughly before laying so that they will not b. Laying brick. All brick shall clean and wet absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. c. Joints. All joints shall be filled with mortar at every course Exterior faces shall be laid up in advance of backing. Exterior faces shall be plastered or parged with a coat of mortar not less than 3/8 inch thick before the backing is laid up. Prior to parging, all joints on the back of face courses shall be cut flush. Unless otherwise noted, joints shall be not less than 1/4 inch nor more than 1/2 inch wide and the selected joint width shall be maintained uniform throughout the work. 132 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG d. Pointing. Face joints shall be neatly struck, using the weather -struck joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing with water. If necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of water. f. Curing and cold weather protection. The brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost on the brick or when the air temperature is below 50°F unless the Contractor has, on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60°F for the duration of the curing period. 751-3.3 Concrete structures. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. The construction shall conform to the requirements 1 specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet. 751-3.4 Precast concrete structures. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full -bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches. When a metal ladder replaces the steps, it shall be securely fastened into position. 751-3.5 Corrugated metal structures. Corrugated metal structures shall be prefabricated. All standard or special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to allow the fastening of a standard metal frame and grate or cover. Steps or - ladders shall be furnished as shown on the plans. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. When indicated, the structures shall be placed on a reinforced concrete base. 751-3.6 Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection. 751-3.7 Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes 133 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down. 751-3.8 Installation of steps. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the , concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches. Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer. 751-3.9 Backfilling. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes and drop inlets adjusted to grade shall be measured by the unit. ' 134 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, aad-inspection holes and drop inlets adjusted to grade will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-751-5.1 [size] [type] Manholes -- per each Item D-751-5.1 [size] [type] Inlets -- per each Item D-751-5.1 Adjust Drop Inlet to Grade -- per each MATERIAL REQUIREMENT ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A 123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ' ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C 150 Standard Specification for Portland Cement jASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C 1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains END OF ITEM D-751 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes 135 OKV Construct Northside Connector I i012 Z I05I J0133uuOD Msgv0N lonilsuOD A?IO saloH u0uaadsul puu sialul `suisr'8 VIED `salogUUIN I SL-Q wall f' 3luulg 13a-I ,f11eu011ua;ul I I 9£l I901-OL£9/091 DV VIOZ/IZ/L rl I I J 7/21/2014 AC 150/5370-1OG Part 10 — Turfing Item T-901 Seeding DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding, fertilizing, and liming the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 Seed. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot member for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected. a. Permanent seed is a seed mix that is applied during the period specified herein and is intended to be the used to establish the final site stabilization for the project. b. Winter seed is a cover crop seed mix that is applied during the period specified herein and intended to be used to establish a stabilized site during winter conditions when a project is shut down as originally scheduled when the project was placed under contract. c. Temporary seeding (and mulching) is intended to be used to meet the requirements associated with erosion and sediment control. Permanent seeds shall be applied as follows: Seed Type Rate Per Acre Rate per 1,000 S.F. Kentucky 31 Tall Fescue 108.0 lbs. 2.48 lbs. Red Top Grass 2.0 lbs. 0.05 lbs. Seasonal Nurse Crop 20.0 lbs. 0.46 lbs. 150.0 lbs. 2.99 lbs. Item T-901 Seeding 137 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Seasonal nurse crop shall be in accordance with the seeding dates outlined below: Seeding Dates Seasonal Nurse Crop March, April through May 15 Annual Rye May 15 through August 15 Foxtail Millet August 16 through September, October Annual Rye November through February Winter Rye Seeding shall be performed during the period between March 15 to May 1 and August 15 to October 1 inclusive, unless otherwise approved by the Engineer. 901-2.2 Lime. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of 150 pounds per 1,000 square feet. All liming materials shall conform to the requirements of ASTM C602. 901-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 15 pounds per 1,000 square feet at 6 weeks after planting. 901-2.4 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading 138 Item T-901 Seeding OKV Construct Northside Connector 15012 i 1 1 i f I 1 7/21/2014 AC 150/5370-1OG operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 Dry application method. a. Liming. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds that have previously been prepared as described above. The lime shall then be worked into the top 3 inches of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 Wet application method. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 lb / sq inches. The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least ' 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet. One shall be Item T-901 Seeding 139 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high- pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 Maintenance of seeded areas. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. 140 Item T-901 Seeding OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. Temporary seeding shall not be measured for payment and shall be incidental to Item P-156, Erosion Control. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Temporary seeding under this item and any cost thereof shall be included in Item P-156. Payment will be made under: Item 901-5.1 Permanent Seeding — per acre Item 901-5.1 Winter Seeding — per acre MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials ASTM D977 Standard Specification for Emulsified Asphalt FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural END OF ITEM T-901 Item T-901 Seeding 141 OKV Construct Northside Connector 15012 ZI05I 30130 OD ap!syuoN lon'ISUOD ANO 5uipaaS I06-,L ma;I I d J 3luul81,Ia'1 illruoijuajul ZVI 1 ) J V 171 OZ/ I Z/L 1 7/21/2014 AC 150/5370-1OG ' Item T-908 Mulching DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the plans or designated by the Engineer. MATERIALS 908-2.1 Mulch material. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Mulch shall be free from noxious weeds, mold, and other deleterious materials. Mulch materials, which contain matured seed of species that would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. ' Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Hay. Hay shall be native hay in an air-dry condition and of proper consistency for placing with Icommercial mulch blowing equipment. Hay shall be sterile, containing no fertile seed. b. Straw. Straw shall be the stalks from threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. Furnish in air-dry condition and of proper consistency for placing with commercial mulch blowing equipment. Straw shall contain no fertile seed. c. Hay mulch containing seed. Hay mulch shall be mature hay containing viable seed of native ' grasses or other desirable species stated in the special provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch that cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored ' in a dry location until used. d. Manufactured mulch. Cellulose -fiber or wood -pulp mulch shall be products commercially available for use in spray applications. e. Asphalt binder-. Asphalt hindeF Rifftefial shall eenfeFm tO the FeElHiFements Of ASTM D977, Type SS 1 AY R9 i 908-2.2 Inspection. The Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used 30 days before delivery to the project. These samples may be used as standards with the approval of the Engineer and any materials brought on the site that do not meet these standards shall be rejected. CONSTRUCTION METHODS ' 908-3.1 Mulching. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1-1/2 inches nor more than 3 inches. ' Item T-908 Mulching 143 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG ' Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the , blowing method are cut, the loose depth in place shall be not less than one inch nor more than 2 inches. 908-3.2 Securing mulch. The mulch shall be held in place by light discing, a very thin covering of topsoil, pins, stakes, wire mesh, asphalt bifideF, OF othe adhesive material or tackifier approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. When an application of asphalt binder material is used to secure the mulch, the Contractor must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and will be held responsible for any such damage resulting from the operation. If the "peg and string" method is used, the mulch shall be secured by the use of stakes or wire pins driven , into the ground on 5-foot centers or less. Binder twine shall be strung between adjacent stakes in straight lines and crisscrossed diagonally over the mulch, after which the stakes shall be firmly driven nearly flush , to the ground to draw the twine down tight onto the mulch. 908-3.3 Care and repair. a. The Contractor shall care for the mulched areas until final acceptance of the project. Care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. , b. The Contractor shall be required to repair or replace any mulch that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. mateFiai SE) that the Sfffaee has a unifeFfn appear-anee. The binder- shall be unifeFfnly applied to the maleh Engineer-, with a minimum of 6 gallons (24 liters) and a maximum of 10 gallons (40 liteFS) PeF 1,000 of the slope. AN HPPFON'ed Sffil�'R0,6Zle shall be used. The nozzle shall be operated at a distaiiee of fiet less be r-equiFed. A pump eF a i - iOF of adequate eapaeity shall be used to efiSHFe tini d. if the "asphalt mi*" Fnethed is used, the nitileh shall be applied by e. if the ­aSphait Sffay" method is used, all mulehed SHFfaees shall be Sffayed with asphalt bindeF matefial shall be Spffit)'ed into the Fnuieh as it leaves the blewen The biRdear shall be unifei:mly applied to by the FngineeF, with a miiiimum of 6 gallens (-24 liters) and a maximum ef 10 gallefis (40 liters) peF and the asphalt bifldeF METHOD OF MEASUREMENT 908-4.1 Mulching shall be measured in acres on the basis of the actual surface area acceptably mulched. 144 Item T-908 Mulching OKV Construct Northside Connector 15012 � I � I � I � I � I I � I 7/21/2014 AC 150/5370-1OG BASIS OF PAYMENT 908-5.1 Payment will be made at the contract unit price per acre for mulching. The price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-908-5.1 Mulching — per acre ASTM D977 MATERIAL REQUIREMENTS Standard Specification for Emulsified Asphalt END OF ITEM T-908 Item T-908 Mulching 145 OKV Construct Northside Connector 15012 Ll L� I I� k 1 ZI OS 1 joloouuoo opisquoN 1011.i;suoD ANO �?uigojnW 806- L uza;I 3t urig ;3orl Iflluu oilua;ul 971 DOI-OL£S/091 DV bIOZ/IZ/L I] 7/21/2014 AC 150/5370-1OG Part 11— Lighting Installation Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is in Item L-110, Airport Underground Electrical Duct Banks and Conduits. 1 EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d. All materials and equipment used to construct this item shall" be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications.Gentraeter-'s submittals shall be nea�ly betind in a preperly sized 3 ring bidder tabbed by ,.peel fie ie seetien. The Engineer reserves the right to reject any and all equipment, Item L-108 Underground Power Cable for Airports 147 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG materials, or procedures that do not meet the system design and the standards and codes, specified in this document. L All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain a minimum insulation resistance per AC 150/5340-2613, Maintenance Airport Visual aid Facilities, Table 5- 1 and paragraph 5.1.3.1, with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge (AWG), L-824 Type C, 5,000 volts, nonshielded, with cross -linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-824 Type C, 5,000 volts, nonshielded, with cross -linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J-C-30 and shall be type THWN-2, 75°C. Conductors for parallel (voltage) circuits shall be sized and installed in accordance with NFPA-70, National Electrical Code. Unless noted otherwise, all 600-volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600 volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract Document. 108-2.3 Bare copper wire (counterpoise, bare copper wire ground and ground rods). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for ground wire per ASTM 133 and ASTM 138, and shall be bare copper wire per ASTM 1333. See AC 150/5340-30 for additional details about counterpoise and ground wire types and installation. For voltage powered circuits, the equipment ground conductor shall be minimum No. 6 AWG, 600V rated, Type XHHW insulated, green color, stranded copper equipment ground conductor. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 8 feet long and 5/8 inch in diameter. 148 Item L-108 Underground Power Cable for Airports OKV Construct Northside Connector 15012 n I ' 7/21/2014 AC 150/5370-1OG 108-2.4 Cable connections. In -line connections or splices of underground primary cables shall be of the ' type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that ' manufactured by 3MTM Company, "Scotchcast" Kit No. 82-13, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No. E 1135, or an approved equivalent, used for potting the splice is acceptable. b. The field -attached plug-in splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. In all cases these splices shall be encased with heat shrinkable tubing. c. The factory -molded plug-in splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The taped or heat -shrink splice. Taped splices employing field -applied rubber, or synthetic ' rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D4388 and the plastic tape should comply with Military Specification MIL-I-24391 or Commercial Item Description A-A-55809. Heat shrinkable tubing shall be heavy -wall, self-sealing tubing 1 rated for the voltage of the wire being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive -sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor ' cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. ' In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made per the manufacturer's recommendations and listings. ' All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ' ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport ' cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) ' years continuous experience in terminating/splicing medium voltage cable. 108-2.6 Concrete. Concrete for cable markers shall be per Specification Item P-610, Structural Portland Cement Concrete. ' 108-2.8 Cable identification tags. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. 1 Item L-108 Underground Power Cable for Airports 149 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG 108-2.9 Tape. Electrical tapes shall be Scotch" Electrical Tapes —Scotch T"t 88 (1-1/2 inch) and ScotchTI 1300 linerless rubber splicing tape (2-inch wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTI), or an approved equivalent. 108-2.10 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3MT"t, or an approved equivalent. 108-2.11 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 Detectable warning tape. Plastic, detectable, American Wood Preservers Association (AWPA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the Engineer. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch in size. The cable circuit identification shall match the circuits noted on the construction plans. 150 Item L-108 Underground Power Cable for Airports OKV Construct Northside Connector 15012 1 [i �1 r] 7/21/2014 AC 150/5370-1OG 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re -cleaned at the Contractor's expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the ' insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are ' made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non -hardening cable -pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable ' installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold ' weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 Installation of direct -buried cable in trenches. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the ' Item L-108 Underground Power Cable for Airports 151 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 inches vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade per NEC Table 300.5, except as follows: (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 inches. Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All sueh r-eek r-e . eyal swell t.,.. ei f- ----_a and paid f HHEle hem o 152 Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a one inch sieve. The remaining third and subsequent layers of backfill shall not 152 Item L-108 Underground Power Cable for Airports OKV Construct Northside Connector 15012 I I �J 1 1 7/21/2014 AC 150/5370-1OG exceed 8 inches of loose measurement and be excavated or imported material and shall not contain stone ' or aggregate larger than 4 inches maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. If the cable is to be installed in locations or areas where other compaction requirements are specified ' (under pavements, embankments, etc.) the compaction requirements per Item P-152 for that area shall be followed. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely ' backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess ' excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution) tape shall be installed in the trench above all direct -buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If ' not shown on the plans, the warning tape shall be located 6 inches above the direct -buried cable or the counterpoise wire if present. A 4-6 inch wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and 1 have a continuous legend as indicated on the plans. The tape shall be installed 8 inch minimum below finished grade. c. Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include the ' topsoiling, fertilizing, liming, seeding, and mulching as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and compaction shall meet the requirements of Item P-152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 Cable markers for direct -buried cable. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet square and 4-6 inch thick, extending approximately one inch above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of ' cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 1/2 inch and 1/4 inch deep. ' At the location of each underground cable connection, except at lighting units, or isolation transformers, or power a concrete marker slab must mark adapters placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high -visibility aviation ' orange paint as approved by the Engineer. Furnishing and installation of cable markers is incidental to the respective cable pay item. ' 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: ' Item L-108 Underground Power Cable for Airports 153 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured per the manufacturer's instructions and to the satisfaction of the Engineer. b. Field -attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint encased with heat shrinkable tubing. c. Factory -molded plug-in splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint encased with heat shrinkable tubing. d. Taped or heat -shrink splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high -voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately one inch over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat - shrink application shall be clean and free of contaminates prior to application. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4 inch beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on the plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. r� 11 r], u 1 11 154 Item L-108 Underground Power Cable for Airports OKV Constrict Northside Connector 15012 ' I 1 1 I is 1 7/21/2014 AC 150/5370-1OG The Engineer shall select one of the two methods of lightning protection for the airfield lighting circuit and delete the other method. a. Equipotential. — may be used by the Engineer for areas that have high rates of lightning strikes. This is where the counterpoise is bonded to the light base (edge lights included) and counterpoise size is determined by the Engineer. b. Isolation — used in areas where lightning strikes are not common. The counterpoise is not bonded to edge light fixtures, in -pavement fixtures are boned to the counterpoise. Counterpoise size is selected by the Engineer. For edge light fixtures installed in turf (stabilized soils) and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be installed halfway between the pavement edge and the light base, mounting stake, raceway, or cable. The counterpoise conductor shall be installed 8 inches minimum below grade. Each light base or mounting stake shall be provided with a grounding electrode. When a metallic light base is used, the grounding electrode shall be bonded to the metallic light base or mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. When a nonmetallic light base is used, the grounding electrode shall be bonded to the metallic light fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. For raceways installed under pavement; for raceways and cables not installed adjacent to the full strength pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for optional method of edge lights installed in turf (stabilized soils); and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to be protected as described below. The counterpoise conductor shall be installed no less than 8 inches above the raceway or cable to be protected, except as permitted below. The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. Where raceway is installed by the directional bore, jack and bore, or other drilling method, the counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve. The counterpoise conductor shall be installed no more than 12 inches above the raceway or cable to be protected. The counterpoise conductor height above the protected raceway(s) or cable(s) shall be calculated to ensure that the raceway or cable is within a 45-degree area of protection. The counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of the constant current regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode -grounding system. The connections shall be made as shown on the plans and in the specifications. ' Item L-108 Underground Power Cable for Airports 155 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: c. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via #6 AWG wire. d. For parallel voltage systems only, install a #6 AWG green insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 Exothermic bonding. Bonding of counterpoise wire to all non -galvanized electrical materials shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not permitted unless the base has be specially modified to include an exothermic connector. Mechanical connections can be made to base cans only if cans AND connection are subsequently encased in concrete. Direct buried base cans must include specially modified connector to accept exothermic connection. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for galvanized light base exception. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MT1 Scotchkote TM, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: 156 Item L-108 Underground Power Cable for Airports OKV Construct Northside Connector 15012 r] I 11 L L J F 1 11 n n fl 7/21/2014 AC 150/5370-1OG a. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: c. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 50 megohms. f. That the insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. i. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp -on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the Engineer prior to performing the testing. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108 4.11 Tr-enehing be by the linear feet tFeReh, ineluding the , shall measured Of e*eaN,atien, 108-4.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire ' Item L-108 Underground Power Cable for Airports 157 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-5.3 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors -- per linear foot (meter) item L 108 5.4 Ne. 6 AWE-1$arei13sula4e , MATERIAL REQUIREMENTS AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Commercial Item Description A-A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft ASTM B33 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes u F u 158 Item L-108 Underground Power Cable for Airports OKV Construct Northside Connector 15012 ' 7/21/2014 AC 150/5370-IOG FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive REFERENCE DOCUMENTS NFPA-70 National Electrical Code (NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems MIL-S-23586F Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-10$ M Item L-108 Underground Power Cable for Airports 159 OKV Construct Northside Connector 15012 ZI09I J0103uuOD episiluoN IonIISUOD A)IO sl.iodjid .ioj olquD jomo l punoa5aapun 801-"I mall 3tuuig 13a'I XIluuoIjua;ul 091 IDOI-OL£9/09I DV 7tOZ/IZ/L 1 7/21 /2014 AC 150/5370- I OG Item L-110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 General. ' a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. 7 b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The CORtFaetOF'S The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by ' Item L-110 Airport Underground Electrical Duct Banks and Conduits 161 OKV Construct Northside Connector 15012 L,I 7/21/2014 AC 150/5370-1OG the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 51413, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 Plastic conduit. Plastic conduit and fittings -shall conform to the following requirements: • UL 514B covers W-C-1094-Conduit fittings all types, classes I thru 3 and 6 thru 10. • UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W-C-1094-Rigid PVC Conduit, types I and II, Class 4. • UL 651 A covers W-C-1094-Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and Class 4. Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I —Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II —Schedule 40 PVC suitable for either above ground or underground use. c. Type III — Schedule 80 PVC suitable for either above ground or underground use either direct - buried or encased in concrete. d. Type III —HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 Split conduit. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 Concrete. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate with a minimum 28-day compressive strength of 3,000 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110 2.7 Flowable baelMl. Flowable material tised to baek fill eenduit and duet baHk tr-enehes shall eeflfOFM tO the Fequifements of item P 153, Controlled Lew gtr-eng4h Material. Fill shall be designed to 110-2.8 Detectable warning tape. Plastic, detectable, American Wood Preservers Association (AWPA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall 162 Item L-1 10 Airport Underground Electrical Duct Banks and Conduits OKV Construct Northside Connector 15012 , J F] 17, iL 7/21/2014 AC 150/5370-1OG be polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1 /4 inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. ' Item L-110 Airport Underground Electrical Duct Banks and Conduits 163 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch sieve. Flowable backfill may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. n la r11$ .Ii Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted per Item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. 1� 1 1 I 11 a 164 Item L-110 Airport Underground Electrical Duct Banks and Conduits OKV Construct Northside Connector 15012 ' t 1 7/21/2014 AC 150/5370-1OG In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 Duct banks. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches below finished grade where installed in unpaved areas. Unless. otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet beyond the edges of the pavement or 3 feet beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set. The Contractor shall space the conduits not less than 3 inch apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5-foot intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches wide tape, 8 inches minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch wide tape only for single conduit runs. Utilize the 6-inch wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 Conduits without concrete encasement. Trenches for single -conduit lines shall be not less than 6 inches nor more than 12 inches wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a Item L-110 Airport Underground Electrical Duct Banks and Conduits 165 OKV Construct Northside Connector 15012 I 7/21/2014 AC 150/5370-1OG 1/4 inch sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. be installed that the tops conduits within the Unless otherwise shown on plans, conduits shall so of all Airport's secured area where trespassing is prohibited are at least 18 inches below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in, the same trench without concrete encasement, they shall be placed not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the �. soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet square and 4 - 6 inches thick extending approximately one inch above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by the Engineer, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high - visibility orange paint, as approved by the Engineer. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 inch and 1/4 inch deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 Backfilling for conduits. For conduits, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with "Excavation hand tampers. The remaining trench shall then be backfiilled and compacted per Item P-152 and Embankment" except that material used for back fill shall be select material not larger than 4 inches in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. 166 Item L-110 Airport Underground Electrical Duct Banks and Conduits OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches in diameter. In addition to the requirements of P- 152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include topsoiling, fertilizing, liming, seeding, and mulching as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be frill compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Concrete Encased Electrical Duct Bank, [ # and Size ] -- per linear foot Item L-110-5.2 Non -Encased Electrical Conduit, [ # and Size ] -- per linear foot MATERIAL REQUIREMENTS Advisory Circular (AC) 150/5340-30 Design and Installation Details for Airport Visual Aids Item L-110 Airport Underground Electrical Duct Banks and Conduits 167 OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3(2,700 IcN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2922 Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit - Steel Underwriters Laboratories Standard 514B Conduit, Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 U I 168 Item L-110 Airport Underground Electrical Duct Banks and Conduits OKV Constrict Northside Connector 15012 1 1 7/21/2014 AC 150/5370-1OG IItem L-115 Electrical Manholes and Junction Structures L7 DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Gent... ete-'s sitbmi""t" shall be neatly L.o•.n pr-epedy s oa � . The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes, specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 115-2.2 Concrete structures. Cast -in -place concrete structures shall be per the details and dimensions shown on the plans. Item L-115 Electrical Manholes and Junction Structures 169 OKV Construct Northside Connector 15012 J 7/21/2014 AC 150/5370-1OG Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 150,000 pound ' dual wheel aircraft loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Threaded inserts and pulling eyes shall be cast in as shown. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review per the process defined in the General Provisions. 115-2.3 Junction boxes. Junction boxes shall be L-867 Class 1 (non -load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a galvanized steel blank cover, gasket, and stainless steel or coated steel hardware per FAA Engineering Brief (EB) #83. Covers shall be 3/8-inch thickness for L-867 and 3/4-inch thickness for L-868. 115-2.4 Mortar. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall be per the requirements in ASTM C 150, Type 1. The sand shall be per the requirements in ASTM C 144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C6. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115-2.5 Concrete. All concrete used in structures shall conform to the requirements of Item P-610, Structural Portland Cement Concrete. 115-2.6 Frames and covers. The frames shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings D Structural for frames i d. ASTM A283, Grade steel grates and e. ASTM A536 Ductile iron castings f. ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 150 psi and maximum load of 150,000 pounds on dual wheel gear. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. , Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required. r 170 Item L-115 Electrical Manholes and Junction Structures OKV Construct Northside Connector 15012 1 P, 1 7/21/2014 AC 150/5370-1OG Each manhole shall be provided with a "DANGER -- PERMIT -REQUIRED CONFINED SPACE, DO NOT ENTER" safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2). 115-2.7 Ladders. Ladders, if specified, shall be galvanized steel or as shown on the plans. 115-2.8 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.9 Bedding/special backfill. Bedding or special backfill shall be as shown on the plans. 115-2.11 Cable trays. Cable trays shall be manufactured for this specific purpose and made of galvanized steel, plastic, or aluminum. Cable trays shall be located as shown on the plans 115-2.12 Plastic conduit. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Banks and Conduits. 115-2.13 Conduit terminators. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.14 Pulling -in irons. Pulling -in irons shall be manufactured with 7/8 inch diameter hot -dipped galvanized steel or stress -relieved carbon steel roping designed for concrete applications (7 strand, 1/2 inch diameter with an ultimate strength of 270,000 psi. Where stress -relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.15 Ground rods. Ground rods shall be one piece, copper clad. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. CONSTRUCTION METHODS 115-3.1 Unclassified excavation. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part. Dewatering necessary for L-115 structure installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-115. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-115 Item. tBoulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. Item L-115 Electrical Manholes and Junction Structures 171 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG , The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 Precast unit installations. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue -and -groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 Placement and treatment of castings, frames and fittings. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly into the concrete walls of the structure. 115-3.5 Installation of ladders. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure. 115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches of material is placed above the top of the structure 1 172 Item L-115 Electrical Manholes and Junction Structures OKV Construct Northside Connector 15012 , 1 7/21/2014 AC 150/5370-1OG and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 Backfilling. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against ' damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water, during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill. 115-3.8 Connection of duct banks. To relieve stress of joint between concrete -encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 115-3.9 Grounding. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches above the floor. The ground rod shall be installed within one foot of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 inch diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot above the floor of the structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical, using a lug designed for that purpose. 115-3.10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold -galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. Item L-115 Electrical Manholes and Junction Structures 173 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 Inspection. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not ' exceed 25 ohms. Each ground rod shall be tested using the fall -of -potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81. This test shall be performed prior to establishing connections to other ground electrodes. 115-3.13 Manhole elevation adjustments. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown. The Contractor shall be responsible for determining the exact height adjustment required to raise the top of each manhole to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in the field and subtracted/added from the proposed top elevation. The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or manhole access. The Contractor shall then install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as required by final grades. Finally, the Contractor shall reinstall the manhole top section or ring and cover on top and check the new top elevation. The Contractor shall construct a concrete slab around the top of adjusted structures located in graded areas that are not to be paved. The concrete slab shall conform to the dimensions shown on the plans. t 115-3.14 Duct extension to existing ducts. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 Electrical manholes and junction structures shall be measured by each unit completed in place and accepted. The following additional items are specifically included in each unit: • All Required Excavation, Dewatering • Sheeting and Bracing • All Required Backfilling with On -Site Materials Grading, Sodding • Restoration of All Surfaces and Finished • All Required Connections 174 Item L-115 Electrical Manholes and Junction Structures OKV Construct Northside Connector 15012 1 7/21/2014 AC 150/5370-1OG • Dewatering If Required • Temporary Cables and Connections • Ground Rod Testing BASIS OF PAYMENT 115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the Contract unit price per each, complete and in place. This price shall be frill compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of appurtenances and connections to duct banks and other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item L-115-5.1 Electrical Junction Structure [ size and type ] -- per each MATERIAL REQUIREMENTS ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Advisory Circular (AC) 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 1 AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A -A 59544 Cable and Wire, Electrical (Power, Fixed Installation) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ' ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A897 Standard Specification for Austempered Ductile Iron Castings Item L-115 Electrical Manholes and Junction Structures 175 OKV Construct Northside Connector 15012 7/21/2014 AC 150/5370-1OG ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C206 Standard Specification for Finishing Hydrated Lime FAA EB #83 In Pavement Light Fixture Bolts MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair NFPA-70 National Electrical Code (NEC) END OF ITEM L-115 I t 11 'I 176 Item L-115 Electrical Manholes and Junction Structures OKV Construct Northside Connector 15012 ' Item L-125 Installation Of Airport Lighting Systems DESCRIPTION 1 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are to be installed at the location and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the system in operation as completed units to the satisfaction of the Engineer. 125-1.2 Additional detail pertaining to a specific system covered in this item are contained in the following advisory circulars, latest edition. AC 150/5340-18 Standards for Airport Sign Systems ' AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-51 Specification for Discharge -Type Flashing Light Equipment AC 150/5345-52 Generic Visual Glideslope Indicators AC 150/5345-53 Airport Lighting Equipment Certification Program 125-2.1 General. (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington D.C. 20591, and shall be I listed in current Advisory Circular AC 150/5345-53, Airport Lighting Equipment Certification Program. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. 1 (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 125-2.2 Concrete. Concrete for backfill shall be proportioned, placed, and cured in accordance with the Virginia Department of Transportation Road and Bridge Specifications, 2002. The class of concrete shall be as specified on the plans or as ordered by the Engineer. 1 125-2.3 Conduit. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. Plastic conduit and fittings shall be Schedule 40, heavy wall, rigid polyvinylchloride, and shall conform to Federal Specification WC-1094-A, NEMA Standard TC-2, and UL Standard 651. 125-2.4 Squeeze Connectors. Squeeze connectors, if specified, shall be equal to Crouse -Hinds, Type CGB cable connector with neoprene rubber bushing. 125-2.5 Runway and taxiway lights. All runway, taxiway and holding position edge light fixtures shall conform to the requirements in AC 150/5345-46, "Specifications for Runway and Taxiway Light Fixtures". Each fixture shall be installed in accordance with the details shown on the plan and as ordered by the Engineer. All lights installed under this contract shall be provided by the same manufacturer. ' Item L-125 Installation of Airport Lighting Systems 177 OKV Construct Northside Connector 15012 125-2.6 Taxiway guidance signs. All taxiway guidance signs shall conform to the requirements in AC 150/5345-44, "Specifications for Taxiway and Runway Signs." Each fixture shall be installed in accordance with the details shown on the plan and as ordered by the Engineer. All signs installed under this contract shall be provided by the same manufacturer. 125-2.7 Retroreflective markers. All retroreflective markers shall conform to the requirements in AC 150/5345-39, "FAA Specification L-853, Runway and Taxiway Retroreflective Markers." Each marker shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.8 Visual glideslope indicators. All Glideslope Indicators shall conform to the requirements of AC 150/5340-30 and AC 150/5345-52. All systems shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.9 REIL and ODAL sytems All REIL and ODAL Systems shall conform to the requirements of AC 150/5345-51. All systems shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.10 I.D. Tags. An I.D. Tag shall be securely fastened to all light fixtures and guidance signs installed under this project. All tags shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. CONSTRUCTION METHODS 125-3.1 General The installation and testing details for the systems shall be as specified in the applicable advisory circulars, and as shown on the plans. 125-3.2 Placing lights. The light fixtures and taxiway signs shall be installed at the location indicated on the plans. The entire lighting system shall be laid out before installation begins, and any discrepancies shall be brought to the attention of the Engineer. METHOD OF MEASUREMENT 125-4.1 The quantity of lights, signs, markers, slope indicator systems and discharge -type flasher systems to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the Engineer. BASIS OF PAYMENT 125-5.1 Payment will be made at the contract unit price for each complete light unit, sign, marker or system installed, adjusted, or relocated in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: L-125-5.1 L-867 Light Base -- per each Federal Specifications Referenced In Item L-125 178 Item L-125 Installation of Airport Lighting Systems OKV Construct Northside Connector I �O1 1 P I 1 I AC 150/53404C AC 150/5340-14B AC 150/5340-18 AC 150/5340-24 AC 150/5340-30 AC 150/5345-28D AC 150/5345-44 AC 150/5345-46 AC 150/5345-51 AC 150/5345-52 AC 150/5345-53 Installation Details for Runway Centerline Touchdown Zone Lighting Systems Economy Approach Lighting Aids Standards for Airport Sign Systems Runway and Taxiway Edge Lighting System Design and Installation Details for Airport Visual Aids Precision Approach Path Indicator (PAPI) Specifications for Taxiway and Runway Signs Specification for Runway and Taxiway Light Fixtures Specification for Discharge -Type Flashing Light Equipment Generic Visual Glideslope Indicators Airport Lighting Equipment Certification Program END OF ITEM L-125 Item L-125 Installation of Airport Lighting Systems 179 CKV Construct Northside Connector 15012 1 1 I F] J ZIOSI 1010auuo7 ap!syuoN 1onlzsuo:) n?IC) sw3lsXS 5ui1q2I'I uod.iiv jo uol1tl11tl1suI SZI--I w311 )luplfl 13a'] illieuoijuajul 081 �7 I I 1 C! Part 12 — Roadway Item R-605 VA Dry Swales DESCRIPTION 605-1.1 This work shall consist of constructing dry swales as shown on the plans and/or described in these specifications. MATERIALS 605-2.1 The bioflter mix shall contain a mixture of 50% sand, 30% leaf compost (fully composted, NOT partially rotted leaves), and 20% topsoil. Topsoil shall be sandy loam or loamy sand of uniform composition, containing no more than 5% clay, free of stones, stumps, roots, or similar objects greater than one inch, brush, or any other material or substance which may be harmful to plant growth, or a hindrance to plant growth or maintenance. The top soil shall be free of plants or plant parts of Bermuda grass, Quack grass, Johnson grass, Mugwort, Nutsedge, Poison Ivy, Canadian Thistle or others as specified. It shall not contain toxic substances harmful to plant growth. Soil tests must be verified by a qualified professional. In lieu of soil filter media, the Contractor may substitute 4 inches of topsoil/leaf compost over 18 inches of 100 percent sand. The top soil shall be tested and meet the following criteria: pH range: 5.0 - 7.0 Organic matter: Greater than 1.5 Magnesium (Mg): 100+ Units Phosphorus (P205): 150+ Units Potassium (K20): 120+ Units Soluble salts: not to exceed 900 ppm/.9 MMHOS/cm (soil) not to exceed 3,000 ppm/2.5 MMHOS/cm (organic mix) The following testing frequencies shall apply to the above soil constituents: pH, Organic Matter: One test per 90 cubic yards, but no more than one test per Bioretention Area Magnesium, Phosphorus, Potassium, Soluble Salts: One test per 500 cubic yards, but no less than one test per borrow source One grain size analysis shall be performed per 90 cubic yards of planting soil, but no less than one test per Bioretention Area. 605-2.2 Coarse aggregate No. 57 shall form to the Virginia Department of Transporation Road and Bridge Specification, 2007, Section 203. 605-2.3 Underdrain shall conform to the Virginia Department of Transportation Road and Bridge Specifications, 2007, Section 232. Item R-605 VA Biofilters 181 OKV Construct Northside Connector 15012 PROCEDURES 605-3.1 The procedures for installing underdrain shall conform to the Virginia Department of Transportation Road and Bridge Spec ificatiopns, 2007, Section 501. METHOD OF MEASUREMENT 605-4.1 Soil filter media Biofilter mix will be measured by the cubic yard. 605-4.2 The quantity of course aggregate shall be the number of cubic yards (cubic meters) of porous backfill No. 57, complete in place and accepted, and shall be determined from the dimensions given on the plans by typical trench sections indicating the placement of porous backfill or dimensions directed by the Engineer. 605-4.3 The length of pipe shall be the number of linear feet of pipe underdrain in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. BASIS OF PAYMENT 605-5.1 The accepted quantities of soil filter media will be paid for at the contract unit price per cubic yard. The unit price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 605-5.2 The accepted quanties of course aggregate will be paid for at the contract unit price per cubic yard. The unit price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidental necessary to complete the item. 605-5.3 The accepted quantities of underdrain complete -in -place will be paid for at the contract unit price per linear foot for pipe underdrains of the type, class, and size designated. Payment will be made under: Item R-605-4.1 Soil Filter Media Item R-605-4.2 Course Aggregate No. 57 Item R-605-4.3 Perforated Underdrain Item R-605-4.3 Solid Underdrain 182 END OF ITEM R-605 -- per cubic yard -- per cubic yard -- per linear foot -- per linear foot Item R-605 VA Biofilter OKV Construct Northside Connector 15012 1 I C 1 JI 1 IItem R-606 VA Soil Retention Coverings I DESCRIPTION 606-1.1 This work shall consist of furnishing and placing protective coverings for soil retention, including seed, fertilizer, lime, topsoil, and water, in accordance with these specifications and in reasonably close conformity to the dimensions, line, and grades shown on the plans or as established by the Engineer. MATERIALS 606-2.1 Materials shall conform to the the Virginia Deartment of Transportation, Road and Bridge Specifications, 2007, Section 244.02(K). ICONSTRUCTION METHODS 606-3.1 The equipment and construction methods for the installation of the soil retention coverings shall 1 conform to the the Virginia Deartment of Transportation, Road and Bridge Specifications, 2007, Section 606. IMETHOD OF MEASUREMENT 606-4.1 Protective coverings and soil stabilization mats will be measured in square yards of area covered, ' complete -in -place, in accordance with nominal plan dimensions, and will be paid for at the contract unit price per square yard. Overlaps, overwidths, and cut slots will not be measured for separate payment. [l BASIS OF PAYMENT 606-5.1 The accepted quantities of soil retention coverings will be paid for at the contract unit price per square yard, which price shall be full compensation for furnishing, installing, and stapling soil retention coverings; smoothing and shaping ditch channels and waterways; preparing seed beds; and furnishing and applying topsoil, lime, seed, fertilizer, and water, and for all labor, tools, equipment, and incidentals necessary to complete the item. Payment will be made under: Item R-606-5.1 Soil Stabilization Mat (Standard) (Type) -- per square yard (square meter) END OF ITEM R-606 VA Item R-606 VA Soil Retention Coverings 183 CKV Construct Northside Connector 15012 10c 1 Jotaauuo-) aIPISWON lanllsuo,) ANO S�?uuanoD uoI;ualad PPS VA 909-2I wall 1 I�I 1 I I rl I I 1�, 3luul8 IJa7 'Cllpuoi;ua;ul 11 fl u 1 F1 Proposal Form I Intentionally left blank 2 Proposal OKV Construct Northside Connector 15012 1 1 Proposal Name of Bidder For ' Construct Northside Connector At Winchester Regional Airport Winchester, Virginia Submitted To Winchester Regional Airport Authority AIP Project No. 3-51-0059-033-2015 (Design) AIP Project No. 3-51-0059-Pending (Construction) 1 DOAV Project No. CF0059-33 (Design) DOAV Project No. CF0059-Pending (Construction) In compliance with the Invitation for Bids, the undersigned hereby proposes to furnish the materials and labor and to perform the work for the completion of items listed in the schedule included herein in strict conformance with the Invitation for Bids (advertisement), Plans, Construction Details, General and Special Provisions, Technical Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items. The undersigned agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after receipt of Inotice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining to the place where the work is to be done, that it has examined the plans and specifications for the work and contractual documents thereto, and has read all the special provisions furnished prior to the opening of bids, and that it has satisfied itself relative to the work to be performed. It is agreed that the description under each item, being stated, implies although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials, and incidentals as Proposal 3 OKV Construct Northside Connector 15012 constitute bidders obligations as described in the specifications, and any details not specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this proposal is submitted for the purpose of obtaining the work included in subject project at the Airport. Said work includes the following general items: 1. Construct northside connector Said work is described in the project contract documents which also include the place, date, and time of opening proposals. It is understood that separate contracts on individual schedules of work may be awarded, when included in the bid documents. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluation of proposals, with the right reserved by the Owner to delete minor bid items. The undersigned agrees; that if awarded the contract, it will commence the work not later than ten (10) days from receipt of the Notice to Proceed and that it will complete the work within the time stipulated in this proposal. It is understood that for each calendar day that any work remains incomplete after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME) the sum of Three Thousand dollars ($3,000.00) as liquidated damages will be deducted from any money due or to become due to the Contractor or its Surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in its contract. Enclosed is security as required, consisting of (cash, certified check, or bid bond) payable to the Winchester Regional Airport Authority, in the amount of $ This amount equals 5 percent of the total amount bid submitted by the Contractor. It is understood that this project is funded by federal, state, and local monies and the Contractor shall be subject to all laws and regulations applicable to recipients of such finds. The Contractor shall be a licensed Contractor registered with the Commonwealth of Virginia, shall list its registration number at the end of the proposal in the designated location and shall enclose a copy of its 4 Proposal OKV Construct Northside Connector 15012 FI 11 I I 11 licensing certificate. In the event that the registration is pending, or in process, a statement as to the status shall be included instead. Proposal OKV Construct Northside Connector 15012 Intentionally Left Blank Proposal OKV Construct Northside Connector 15012 11 1� 11 17 F� PROPOSAL AIP Project No. 3-51-0059-Pending DOAV Project No. CF0059-Pending Delta Project No. 15012 Alternate 1 Rirl Prnnnsal Ciimmnr Pnr All 1A/nrk rteninteri In The Plans And Rnacifinntinns Date: ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --------------------- DOLLARS CENTS EXTENDED TOTAL --------------------- DOLLARS CENTS 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 P-150 1 LS MISCELLANEOUS DEMOLITION PER LUMP SUM 3 P-152 30,000 CY UNCLASSIFIED EXCAVATION PER CUBIC YARD 4 P-152 500 CY MUCK EXCAVATION PER CUBIC YARD 5 P-154 2,700 CY SUBBASE COURSE PER CUBIC YARD 6 P-156 1 LS EROSION AND SEDIMENT CONTROL PER LUMP SUM 7 P-156 2,000 LF SILT FENCE PER LINEAR FOOT 8 P-304 7,000 SY CEMENT -TREATED BASE COURSE (6" THICKNESS) PER SQUARE YARD 9 PA01 2,100 TN BITUMINOUS SURFACE COURSE (4" THICKNESS) PER TON Proposal OKV Construct Northside Connector 15012 7 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES - --- DOLLARS CENTS EXTENDED TOTAL --------------------- DOLLARS CENTS 10 P-403 450 TN BITUMINOUS BASE COURSE (6" THICKNESS) PER TON 11 P-405 1,300 SY GROUND STABILIZATION FABRIC PER SQUARE YARD 12 M-163 2 EA CLOSED RUNWAY MARKER PER EACH 13 M-103 1 EA CLOSED TAXIWAY MARKER PER EACH 14 M-107 250 LF AVIATION BARRICADES PER LINEAR FOOT 15 M-107 3 EA BUCKET BARRICADES PER EACH 16 P-620 300 SF INITIAL TAXIWAY MARKING (YELLOW, NO BEADS) PER SQUARE FOOT 17 P-620 650 SF TAXIWAY MARKING (YELLOW, WITH BEADS) PER SQUARE FOOT 18 P-620 200 SF RUNWAY MARKING (WHITE, WITH BEADS) PER SQUARE FOOT I H �I 1 L� 1 Proposal OKV Construct Northside Connector 15012 , l� J I 11 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES - --- DOLLARS CENTS EXTENDED TOTAL --------------------- DOLLARS CENTS 19 P-620 1,200 SF OUTLINE MARKING (BLACK, NO BEADS) PER SQUARE FOOT 20 D-701 180 LF 36" RCP, CLASS III PER LINEAR FOOT 21 D-701 490 LF 36" RCP, CLASS V PER LINEAR FOOT 22 D-701 190 LF 42" RCP, CLASS III PER LINEAR FOOT 23 D-705 100 LF 6" PVC PIPE UNDERDRAIN PER LINEAR FOOT 24 D-751 2 EA 60" DIA. DROP INLET, VDOT STD DI-7A WITH TYPE A-1 GRATE PER EACH 25 D-751 1 EA 72" DIA. DROP INLET, VDOT STD DI-7A WITH TYPE A-1 GRATE PER EACH 26 D-751 1 EA 84" DIA. AIRCRAFT RATED MANHOLE W/ NEENAH R-3492-B FRAME AND SOLID LID PER EACH 27 D-751 1 EA ADJUST DROP INLET TO GRADE PER EACH Proposal OKV Construct Northside Connector 15012 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES ----- - ------- ---- DOLLARS CENTS EXTENDED TOTAL - -- - - - DOLLARS CENTS 28 F-162 800 LF 8' GALVANIZED CHAIN -LINK FENCE PER LINEAR FOOT 29 F-162 1 EA 8' X 14' GALVANIZED SINGLE -SWING VEHICLE GATE PER EACH 30 T-901 15 AC PERMANENT SEEDING PER ACRE 31 T-901 15 AC WINTER SEEDING PER ACRE 32 T-908 15 AC MULCHING PER ACRE 33 L-108 900 LF NO. 6 AWG, SOLID, BARE COPPER COUNTERPOISE WIRE PER LINEAR FOOT 34 L-110 80 LF CONCRETE ENCASED ELECTRICAL DUCT BANK, 1 WAY - 2" PVC CONDUIT PER LINEAR FOOT 35 L-110 75 LF CONCRETE ENCASED ELECTRICAL DUCT BANK, 2 WAY - 2" PVC CONDUIT PER LINEAR FOOT 36 L-110 900 LF NON -ENCASED ELECTRICAL CONDUIT, 1 WAY - 2" PVC CONDUIT PER LINEAR FOOT 10 Proposal OKV Construct Northside Connector 15012 1 n n � I ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES — ------- DOLLARS CENTS EXTENDED TOTAL -------- DOLLARS CENTS 37 L-115 1 EA ELECTRICAL JUNCTION STRUCTURE, L-867 PULLCAN PER EACH 38 L-115 2 EA ELECTRICAL JUNCTION STRUCTURE, 2 UNIT L-867 PULLCAN PLAZA PER EACH 39 L-125 14 EA L-867 LIGHT BASE PER EACH 40 R-605 450 CY SOIL FILTER MEDIA PER CUBIC YARD 41 R-605 350 CY COARSE AGGREGATE, NO. 57 PER CUBIC YARD 42 R-605 700 LF 6" PERFORATED UNDERDRAIN PER LINEAR FOOT 43 R-605 30 LF 6" SOLID UNDERDRAIN PER LINEAR FOOT 44 R-606 2,200 SY SOIL STABILIZATION MAT, EC-2 PER SQUARE YARD 45 SP-26 7 EA PERMANENT ROCK CHECK DAM, TYPE II PER EACH Contract Time: 90 Calendar Days Liquidated Damages: $3,000/Calendar Day Total Bid Amount $ SP-1 Non-AIP Insurance Allowance $ Proposal OKV Construct Northside Connector 15012 11 Intentionally Left Blank h L 12 Proposal OKV Construct Northside Connector 15012 , PROPOSAL AIP Project No.3-51-0059-Pending DOAV Project No. CF0059-Pending Delta Project No. 15012 Alternate 2 Date: Rid Prnnncal Ri immnry Fnr All UVnrk rlaninfari In Tha Plnnc And Rnorifirmfinnc ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --------------- ----- DOLLARS CENTS EXTENDED TOTAL --------------------- DOLLARS CENTS 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 P-150 1 LS MISCELLANEOUS AND ELECTRICAL DEMOLITION PER LUMP SUM 3 P-152 30,000 CY UNCLASSIFIED EXCAVATION PER CUBIC YARD 4 P-152 500 CY MUCK EXCAVATION PER CUBIC YARD 5 P-154 1,500 CY SUBBASE COURSE PER CUBIC YARD 6 P-156 1 LS EROSION AND SEDIMENT CONTROL PER LUMP SUM 7 P-156 2,000 LF SILT FENCE PER LINEAR FOOT 8 P-304 3,600 SY CEMENT TREATED BASE COURSE (6" THICKNESS) PER SQUARE YARD 9 P-401 1,200 TN BITUMINOUS SURFACE COURSE (4" THICKNESS) PER TON Proposal 13 OKV Construct Northside Connector 15012 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --------- ------- DOLLARS CENTS EXTENDED TOTAL ---------- - DOLLARS CENTS 10 P-403 450 TN BITUMINOUS BASE COURSE (6" THICKNESS) PER TON 11 P-405 1,300 SY GROUND STABILIZATION FABRIC PER SQUARE YARD 12 M-103 2 EA CLOSED RUNWAY MARKER PER EACH 13 M-103 1 EA CLOSED TAXIWAY MARKER PER EACH 14 M-107 250 LF AVIATION BARRICADES PER LINEAR FOOT 15 M-107 3 EA BUCKET BARRICADES PER EACH 16 P-620 300 SF INITIAL TAXIWAY MARKING (YELLOW, NO BEADS) PER SQUARE FOOT 17 P-620 550 SF TAXIWAY MARKING (YELLOW, WITH BEADS) PER SQUARE FOOT 18 P-620 200 SF RUNWAY MARKING (WHITE, WITH BEADS) PER SQUARE FOOT 14 Proposal OKV Construct Northside Connector 15012 11 D 1 n J 11 1 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --- DOLLARS CENTS EXTENDED TOTAL ------------------ DOLLARS CENTS 19 P-620 1,000 SF OUTLINE MARKING (BLACK, NO BEADS) PER SQUARE FOOT 20 D-701 180 LF 36" RCP, CLASS III PER LINEAR FOOT 21 D-701 490 LF 36" RCP, CLASS V PER LINEAR FOOT 22 D-701 190 LF 42" RCP, CLASS III PER LINEAR FOOT 23 D-705 100 LF 6" PVC UNDERDRAIN PER LINEAR FOOT 24 D-751 2 EA 60" DIA. DROP INLET, VDOT STD DI-7A WITH TYPE A -I GRATE PER EACH 25 D-751 1 EA 72" DIA. DROP INLET, VDOT STD DI-7A WITH TYPE A -I GRATE PER EACH 26 D-751 1 EA 84" DIA. AIRCRAFT RATED MANHOLE W/ NEENAH R-3492-B FRAME AND SOLID LID PER EACH 27 D-751 1 EA ADJUST DROP INLET TO GRADE PER EACH ' Proposal 15 OKV Construct Northside Connector 15012 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES DOLLARS CENTS EXTENDED TOTAL ------------------- DOLLARS CENTS 28 F-162 800 LF 8' GALVANIZED CHAIN -LINK FENCE PER LINEAR FOOT 29 F-162 1 EA 8' X 14' GALVANIZED SINGLE -SWING VEHICLE GATE PER EACH 30 T-901 15 AC PERMANENT SEEDING PER ACRE 31 T-901 15 AC WINTER SEEDING PER ACRE 32 T-908 15 AC MULCHING PER ACRE 33 L-108 900 LF NO.6 AWG SOLID BARE COPPER COUNTERPOISE WIRE PER LINEAR FOOT 34 L-110 80 LF CONCRETE ENCASED ELECTRICAL DUCT BANK, 1 WAY - 2" PVC CONDUIT PER LINEAR FOOT 35 L-110 75 LF CONCRETE ENCASED ELECTRICAL DUCT BANK, 2 WAY - 2" PVC CONDUIT PER LINEAR FOOT 36 L-110 900 LF NON -ENCASED ELECTRICAL CONDUIT, 1 WAY - 2" PVC CONDUIT PER LINEAR FOOT fl 1 16 Proposal OKV Construct Northside Connector 15012 , ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES ---------- DOLLARS CENTS EXTENDED TOTAL DOLLARS CENTS 37 L-115 1 EA ELECTRICAL JUNCTION STRUCTURE, L-867,PULLCAN PER EACH 38 L-115 2 EA ELECTRICAL JUNCTION STRUCTURE, 2 UNIT L-867 PULLCAN PLAZA PER EACH 39 L-125 14 EA L-867 LIGHT BASE PER EACH 40 R-605 450 CY SOIL FILTER MEDIA PER CUBIC YARD 41 R-605 350 CY COARSE AGGREGATE, NO. 57 PER CUBIC YARD 42 R-605 700 LF 6" PERORATED UNDERDRAIN PER LINEAR FOOT 43 R-605 30 LF 6" SOLID UNDERDRAIN PER LINEAR FOOT 44 R-606 2,200 SY SOIL STABILIZATION MAT, EC-2 PER SQUARE YARD 45 SP-26 7 EA PERMANENT ROCK CHECK DAM, TYPE II PER EACH Contract Timer 90 Calendar Days Liquidated Damages: $3,000/Calendar Day Total Bid Amount $ SP-1 Non-AIP Insurance Allowance $ Proposal OKV Construct Northside Connector 15012 17 Intentionally Left Blank 0 I 18 Proposal OKV Construct Northside Connector 15012 , PROPOSAL AIP Project No. 3-51-0059-Pending DOAV Project No. CF0059-Pending Delta Project No. 15012 Bid Additive 1 Date: PH Prnnnsal Rnmmary Fnr All VVnrk n,-nirtarl In Tha Plans Anrl Rnarifiratinns ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --------------------- DOLLARS CENTS EXTENDED TOTAL --------------------- DOLLARS CENTS 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 L-108 1,900 LF NO. 6 AWG SOLID BARE COPPER COUNTERPOISE WIRE PER LINEAR FOOT 3 L-110 75 LF CONCRETE ENCASED ELECTRICAL DUCT BANK, 2 WAY - 2" PVC CONDUIT PER LINEAR FOOT 4 L-110 1,900 LF NON -ENCASED ELECTRICAL CONDUIT, 1 WAY - 2" PVC CONDUIT PER LINEAR FOOT 5 L-115 2 EA ELECTRICAL JUNCTION STRUCTURE, 2 UNIT L-867 PULLCAN PLAZA PER EACH 6 L-125 34 EA L-867 LIGHT BASE PER EACH Total Bid Amount $ Proposal 19 OKV Construct Northside Connector 15012 Intentionally Left Blank n I H 1 20 Proposal OKV Construct Northside Connector 15012 ' PROPOSAL AIP Project No.3-51-0059-Pending DOAV Project No. CF0059-Pending Delta Project No. 15012 Bid Additive 2 Date: AN Prnnneal Ci imm— Fnr All W—L, nl ir#ori In Th. PInne Anrl Cn—if-4inne ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --------------------- DOLLARS CENTS EXTENDED TOTAL -------------------- DOLLARS CENTS 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 L-108 1,500 LF NO. 6 AWG SOLID BARE COPPER COUNTERPOISE WIRE PER LINEAR FOOT 3 L-110 75 LF CONCRETE ENCASED ELECTRICAL DUCT BANK, 2 WAY - 2" PVC CONDUIT PER LINEAR FOOT 4 L-110 1,500 LF NON -ENCASED ELECTRICAL CONDUIT, 1 WAY - 2" PVC CONDUIT PER LINEAR FOOT 5 L-115 2 EA ELECTRICAL JUNCTION STRUCTURE, 2 UNIT L-867 PULLCAN PLAZA PER EACH 6 L-125 25 EA L-867 LIGHT BASE PER EACH Total Bid Amount $ Proposal 21 OKV Construct Northside Connector 15012 I I .1 it Intentionally Left Blank [1 r] 1 22 Proposal OKV Construct Northside Connector 15012 1 1 1 4 L� 11 CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS (Non -building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. - 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Proposal 23 OKV Construct Northside Connector 15012 Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title I 1 F� fl 24 Proposal OKV Construct Northside Connector 15012 1 I CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOR Order 4200.5 DOT Suspension & Debarment Procedures and Ineligibility) February 10, 2014 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. 1 t CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOR Order 4200.5 DOT,Suspension & Debarment Procedures and Ineligibility) February 10, 2014 The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. Name of Bidder Signature Name (type or print) Official title Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Proposal 25 OKV Construct Northside Connector 15012 i �_ LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (49 CFR part 20, Appendix A) February 10, 2014 The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated fields have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any finds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Name of Bidder Signature Name (type or print) Official title Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 26 Proposal OKV Construct Northside Connector 15012 1 J 1 El 1 E E G 1 r DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION: The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): ❑ The bidder is committed to a minimum of % DBE utilization on this project. ❑ The bidder (if unable to meet the goal of % DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. Name of Bidder Signature Name (type or print) Official title Date Proposal OKV Construct Nortliside Connector 15012 27 Name of Bidder's Firm: Bidder's Address: City: Name of DBE Firm: Address: City: Telephone: ( ) DBE LETTER OF INTENT State Zip State Zip State DBE Certification Number: Description of work to be performed by DBE firm: Bidder/offeror intends to utilize the above -named minority firm for the work described above. The estimated amount of work is valued at $ If the above -named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. (Copy this page for each DBE subcontractor) 28 Proposal OKV Construct Northside Connector 15012 I 1 1 1 Fostering Small Business Participation Sponsor's Name: Winchester Regional Airport Authority Airport Name: Winchester Regional Airport City, State: Winchester, Virginia AIP Number: 3-51-0059-Pending Federal Fiscal Year: 2016 In accordance with the Sponsor's DBE program, the following detailed list shall be completed by Prime Contractor(s) for Construction Work Items. The firms listed below may or may not be certified DBEs. Small Business Firms to be Utilized (Name, Address, Phone) Work to be Performed Total Estimated Name Address City, St, Zip Telephone Is the firm a Certified DBE? ❑Yes ❑No Name Address City, St, Zip Telephone Is the firm a Certified DBE? ❑Yes [—]No Name Address City, St, Zip Telephone Is the firm a Certified DBE? ❑Yes ❑No (Duplicate form as necessary.) ' Proposal 29 OKV Construct Northside Connector 15012 BIDDERS LIST All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE or SBE? (DBE, SBE, No) Ate of Firm GRS *GRS — Annual Gross receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. 1 d I1 30 Proposal OKV Construct Northside Connector 15012 ' IREVISED: 1/1/2014 THIS FORM MUST BE SIGNED AND SUBMITTED WITH BID/PROPOSAL. FAILURE TO EXECUTE AND SUBMIT THIS FORM WILL RESULT IN REJECTION OF YOUR BID/PROPOSAL. COUNTY OF FREDERICK, VA Bid Form Supplement BIDDER/OFFEROR ACKNOWLEDGEMENT OF PAYMENT PROCEDURES I hereby acknowledge that I have reviewed the "General Conditions and Instructions to Bidders" document from the County of Frederick, Virginia. I hereby further acknowledge that, with regard to payments to vendors under contracts with the County of Frederick, Virginia, the General Conditions state as follows: PAYMENT — a. Payment shall be made after satisfactory performance of the contract, in accordance with all of the provisions thereof, and upon receipt of a properly completed invoice. Frederick County, VA reserves the right to withhold any or all payments or portions ' thereof for Contractor's failure to perform in accordance with the provisions of the contract or any modifications thereto. b. Contractors shall indicate the payment methods that they will accept. Frederick County offers two payment methods, purchasing card (VISA credit card) or ACH (electronic deposit). The contractor's flexibility in regard to payment methods accepted will be part of the contractor selection process. Acceptance of payment by purchasing card usually means that the vendor will need to have credit card processing capability, however the County encourages vendors to check with their financial institutions to ascertain precisely what is necessary to accept the purchasing card. Frederick County will not pay additional fees in excess of the offered price to contractor for purchasing card acceptance to include, but not limited to, convenience fees and/or surcharges. I I hereby accept and agree to comply with the foregoing as well as all other terms and conditions of the Contract. I hereby acknowledge my understanding that if I have indicated that purchasing card is an acceptable method of payment, Frederick County will make all payments under this contract by purchasing card and a penalty, not to exceed 31/6, will be assessed if purchasing card is not honored at the time of payment. Please indicate payment method(s) accepted: Purchasing Card and/or ACH. By: Print Name: Company: Title: Address: Phone: THIS FORM MUST BE SIGNED AND SUBMITTED WITH BID/PROPOSAL. FAILURE TO EXECUTE AND SUBMIT THIS FORM WILL RESULT IN REJECTION OF YOUR BID/PROPOSAL. CI VIRGINIA CERTIFICATION OF NON -COLLUSION My signature certifies that the accompanying bid is not the result of or affected by, any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud punishable under Title 18.2, Chapter 12, Article 1.1 of the Code of Virginia, 1950, as amended. Furthermore, I understand that fraudulent and collusive bidding is a crime under the Virginia Governmental Frauds Act, the Virginia Government Bid Rigging Act, the Virginia Antitrust Act, and Federal Law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. Name of Bidder Signature Name (type or print) Official title 32 Date Proposal OKV Construct Northside Connector 15012 �J FEDERAL CONTRACT PROVISIONS FOR AIRPORT IMPROVEMENT PROGRAMS In addition to the specific Federal Contract Provisions listed within this proposal form, the bidder/offeror certifies by signing and submitting this bid or proposal, that they have read, understand and will comply with all of the Federal Contract Provisions contained within the project documents as listed by reference and qualified below: All Contracts Regardless of Funding Source a. Civil Rights — General All AIP Funded Contracts a. Access to Records and Reports b. Affirmative Action Plan c. Buy American Preferences d. Civil Rights — General e. Civil Rights - Title VI f. Disadvantaged Business Enterprises g. Energy Conservation Requirements h. Federal Fair Labor Standards Act (Minimum Wage) i. Lobbying and Influencing Federal Employees j. Occupational Safety and Health Act k. Rights to Inventions 1. Trade Restriction Clause in. Veteran's Preference Additional Provisions for AIP Funded Contracts that are $2,000 and greater a. Copeland Anti -Kickback b. Davis Bacon Requirements Additional Provisions for AIP Funded Contracts that are $10,000 and greater a. Affirmative Action b. Equal Employment Opportunity c. Nonsegregated Facilities d. Termination of Contract Additional Provisions for AIP Funded Contracts that are $25,000 and greater a. Debarment and Suspension Additional Provisions for AIP Funded Contracts that are $100,000 and greater a. Breach of Contract b. Clean Air and Water Pollution Controls c. Contract Work Hours and Safety Standards Name of Bidder Signature IName (type or print) 1 Official title I Date Proposal 33 OKV Construct Northside Connector 15012 The undersigned hereby acknowledges the receipt of the following Addenda to the Contract Documents. Addendum No. One Issued (DATE) Addendum No. Two Issued (DATE) Addendum No. Three Issued (DATE) Addendum No. Four Issued (DATE) Addendum No. Five Issued (DATE) Name of Bidder Physical Business Address (No P. O. Boxes) Signature Name (type or print) Official title Date Telephone No. Area Code VIRGINIA CONTRACTOR'S LICENSE NO: **END OF PROPOSAL" 34 Proposal OKV Construct Northside Connector 15012 Bid Bond Policy Number: Effective Date: KNOW ALL MEN BY THESE PRESENTS, THAT WE as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto Winchester Regional Airport Authority, hereinafter called the Obligee, in the sum of Dollars ($ ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Construct Northside Connector and associated items for work at the Winchester Regional Airport in accordance with Plans and Specifications prepared by Delta Airport Consultants, Inc., 3540 North Progress Ave., Suite 102, Harrisburg, Pennsylvania 17110. Telephone: (717) 652-8700, Fax: (717) 652-8371. ' NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Bid Bond 35 OKV Construct Northside Connector 15012 Signed and sealed this (Witness) (Witness) day of 2016. (Principal) (Seal) (Title) (Surety) (Title) (Seal) 36 Bid Bond OKV Construct Northside Connector 15012 Contract I THIS AGREEMENT made and entered into this day of , 2016, by and between the I Winchester Regional Airport Authority (Party of the First Part, hereinafter called the Owner) and (Party of the Second Part, hereinafter called the Contractor). ' WITNESSETH: That the said Contractor has agreed and by these presents does agree with the said Owner, for the consideration herein mentioned in his/her proposal and under the penalty expressed in Bonds, hereto attached, to furnish all equipment, tools, material, skill and labor of every description necessary to carry out and complete in good, firm, substantial, and workmanlike manner, the work specified in strict conformity with the Drawings, and the Specifications hereinafter set forth. The work covered by this Agreement includes all work shown on the plans and specifications and listed in the attached Proposal, for Construct Northside Connector at the Winchester Regional Airport. The Contractor shall commence the work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete the work within ( ) calendar days from and including said date. The Contractor shall frilly guarantee his/her workmanship and materials furnished for a period of one year following the date of final acceptance of the work. The performance and payment bonds shall remain in frill force for this one year period. As a condition of final acceptance, the Contractor shall have executed, and submit to the Owner, the "Warranty of Construction" and the "Lien and Claims Release" forms that have been attached to this contract document. If said work is not completed within the time stated above, the Contractor shall be liable and hereby agrees to pay to the Owner as liquidated damages and not as a penalty, the amount of Three Thousand dollars ($3,000.00) per calendar day for each and every part of a day thereafter that said work remains substantially incomplete. The Owner shall pay and the Contractor shall receive the unit prices stipulated in the Contractor's Proposal hereto attached as frill compensation for everything furnished and done by the Contractor in the estimated total of ($ ), based on the quantities completed in an acceptable manner, which sum shall be paid in the manner and terms specified in the Contract Documents, but, before issuance of certificates of payments if the Contractor shall not have submitted evidence satisfactory to the Owner that all payrolls, materials, bills, and other indebtedness connected with the work have been paid, the Owner may withhold, in addition to the retained percentages such amount or amounts as may be necessary to pay just claims for labor and services rendered and materials in and about the work, and such amount or amounts withheld or retained may be applied by the Owner to the payment of such just claim. Items of work called out in the plans or specifications, that are not specifically listed in the bid form, shall be considered as incidental to a listed bid item(s), or to the project as a whole. It is further mutually agreed between the parties hereto that if, at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance, the first party shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover the performance of the work, the second party shall at its expense, within five days after the receipt of notice from the first party so to furnish an additional bond or bonds in such form and amount, and with surety or sureties as shall be satisfactory to the first party. In such event, no further Contract 1 OKV Construct Northside Connector 15012 payment to the second a shall be deemed to be due under this agreement until such new or additional paY party g security for the faithful performance of the work shall be furnished in a manner and form satisfactory to the first party. In the event that it should become necessary, any question or controversy regarding formation, construction, interpretation, validity, and enforcement of this Agreement, and the rights or obligations of the signatory parties hereto, shall be resolved only by lawfully instituted proceedings in the Circuit Court of the County of Frederick, Virginia (state), and the substantive law of the Virginia -(state) or federal law, where applicable, shall govern resolution of any such question or controversy. In the event any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding upon the parties. The Executive Director of the Winchester Regional Airport Authority was authorized to sign this Agreement on behalf of said Authority by Resolution of said Authority -adopted on the day of 2016. IJ Contract OKV Construct Northside Connector 15012 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in quadruplicate, the day of , 2016. OWNER: Winchester Regional Airport Authority Owner 491 Airport Road Address Winchester, Virginia 22602 Signature Name Title CONTRACTOR: Contractor Address ATTEST: Signature Name Title Executed in Quadruplicate 115-YA (SEAL) Approved As To Form (Owner's Attorney) Contract OKV Construct Northside Connector 15012 3 Z 1091 JO)O0uuo0 OpisquoN 101111suOD A�10 JOBIJU03 H n L I )Iuulfi j33'I Xjjvuoi)ua;uI IPerformance Bond KNOW ALL MEN BY THESE PRESENTS, that as Principal, ' hereinafter called Contractor, and a corporation duly organized under the laws of the State of , as Surety, hereinafter called Surety, are held and firmly bound unto the Winchester Regional Airport Authority, as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ' WHEREAS, the Contractor has by written agreement dated 2016, entered into a contract with Owner for Construction of Construct Northside Connector and other associated items at the Winchester Regional Airport in accordance with Plans and Specifications prepared by Delta Airport Consultants, Inc., 3540 North Progress Ave., Suite 102, Harrisburg, Pennsylvania 17110, Telephone: (717) 652-8700, Fax: (717) 652-8371, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. ' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then his/her obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever the Contractor shall be, and declared by Owner to be in default under the Contract, the Owner ' having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and made available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient finds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract- falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Performance Bond OKV Construct Northside Connector 15012 Signed and sealed this day of Principal Signature Name Title Seal By: Title (SEAL) C 2016. Surety Signature Name Title Seal By: Title (SEAL) Performance Bond OKV Construct Northside Connector 15012 i 1 1 1 1 11 I it Labor and Material Payment Bond 100% OF THE CONTRACT AMOUNT KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and, as Surety, hereinafter called Surety, are held and firmly bound unto the Winchester Regional Airport Authority, as Obligee, hereinafter called Owner, respectively, for the use and benefit of claimants as hereinbelow defined, in the amount of Dollars ($ ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreements dated , 2016, entered into a contract with Owner for Construct Northside Connector and other associated items at the Winchester Regional Airport in accordance with Performance Specifications prepared by Delta Airport Consultants, Inc., 3540 North Progress Ave., Suite 102, Harrisburg, Pennsylvania 17110, Telephone: (717) 652-8700, Fax: (717) 652-8371, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material, then this obligation shall be void; otherwise it shall remain in frill force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor, and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Contractor and Surety hereby jointly and severally agree with the Agent that every claimant as herein defined, who has not been paid in full before the expiration of period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Agent or Owner shall not be liable for the Payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant other than one having a direct contract with the Contractor shall have given written notice to any two of the following: The Contractor, the Agent, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. Labor and Material Payment Bond OKV Construct Northside Connector 15012 After the expiration of one 1 year following the date on which Contractor ceased work on , b) p �) Y g said Contract, it being understood, however, that if any limitation embodied on this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' lien which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. �I �i �1 �J FI Labor and Material Payment Bond OKV Construct Northside Connector 15012 , Signed and sealed this day of 2016. Principal Surety Signature Signature Name Name Title Title Seal By: Seal By: Title Title (SEAL) (SEAL) Labor and Material Payment Bond 9 OKV Construct Nortluide Connector 15012 Z I091 1010-100 apisquoN 131111SUOD ANO puog IuauiXud iupoluW puu .ioqu,1 01 3Ju»Ig I3a'I Slluuoiluajul u 1 Warranty of Construction Construct Northside Connector Winchester Regional Airport Winchester, Virginia AIP Project No. 3-51-0059-Pending (Construction) DOAV Project No. CF0059-Pending (Construction) Date of Final Acceptance: (Contractor, Address) hereby guarantees that all labor and material furnished and work performed under the above Contract are in accordance with the contract drawings and specifications and authorized alterations and additions thereto, and that all of the work under the Contract is free from faulty materials and improper workmanship, and guaranteed against injury from proper and usual wear, and agreeing (and we do hereby so agree) that should any defect develop during the contract guarantee period, as hereinafter defined, due to improper materials, workmanship or arrangement, we will, upon written notice, replace or re -execute such defective work, together with any other work affected in making good such defects, at the convenience of, and without expense to the Owner. The Contractor further warrants that all manufacturer's or other warranties on all materials and equipment furnished by Contractor shall run directly to or be specifically assigned to Owner on demand. The Contractor warrants that the installation of any and all materials and equipment shall be in strict accordance with manufacturer's requirements. In the event Owner seeks to enforce a claim based upon a manufacturer's warranty and should such manufacturer then fail to honor its warranty based, in whole or in part, on a claim of defective installation, Owner shall be entitled to enforce said warranty against Contractor in accordance with the terms of said warranty, except that a claim of defective installation shall not be a defense to any such warranty claim by Owner against Contractor. Warranty of Construction 11 OKV Construct Northside Connector 15012 The contract guarantee period shall be a period of one (1) year from final acceptance, as noted above, except in the cases of manufacturer's or other required extended warranties that extend for periods greater than one year from final acceptance, whereby the contract guarantee period shall extend to match for the items that are so warrantied. The warranty for any work repaired or replaced during the guarantee period shall run for a period of one (1) year from the date of repair or replacement. Contractor Subscribed and sworn before me in the State (or Commonwealth) of day of , 2016. Notary Public My Commission Expires this 12 Warranty of Construction OKV Construct Northside Connector 15012 Lien and Claims Release Construct Northside Connector Winchester Regional Airport Winchester, Virginia AIP Project No. 3-51-0059-Pending (Construction) DOAV Project No. CF0059-Pending (Construction) (Contractor, Address) hereby certifies that the work for the above project has been completed in accordance with the Contract Documents, and that all previous progress payments received from the Owner on account of work performed under the Contract referred to has been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with the work covered by prior requisitions for payment under said Contract and that all materials and equipment covered by the final requisition for payment are free and clear of all liens, claims, security interests and encumbrances. All persons, firms and partnerships who have furnished labor and/or material to date on said project have been paid. Contractor Subscribed and sworn before me in the State (or Commonwealth) of , this day of , 2016. Notary Public a My Commission Expires Lien and Claims Release OKV Construct Northside Connector 15012 13 ZI05I IOIOQUUOD OP!SLI]ION 101111SUOD ANO as-eaia-�j swi7aID puB u01-1 I ' xutilg I3a'I SlIBUOIjua;ul Certificate of Substantial Completion Construct Northside Connector Winchester Regional Airport Winchester, Virginia AIP Project No. 3-51-0059-Pending (Construction) DOAV Project No. CF0059-Pending (Construction) Contract Date: Substantial Completion Amount $ This Certificate of Substantial Completion applies to all Work under the Contract Documents and approved Change Orders for the Construct Northside Connector project completed by (Contractor) for Winchester Regional Airport Authority. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR, and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents (Date). A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by the CONTRACTOR within thirty (30) calendar days of the above Date of Substantial Completion. This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER Accepted by CONTRACTOR Accepted by OWNER Date: Date: Date: Certificate of Substantial Completion 15 OKV Construct Northside Connector 15012 Zl09I iozoauUOD apisquoN TonJISUOD ANO uopoldwoD juiluulsgnS jo aji3og!ppD P �I 3IUvIg I3a7 XIIUUOIJUOIUI 91 � I Certificate of Final Acceptance Construct Northside Connector Winchester Regional Airport Winchester, Virginia AIP Project No. 3-51-0059-Pending (Construction) DOAV Project No. C170059-Pending (Construction) Contract Date: Contract Amount $ Final Construction Cost: $ This Certificate of Final Acceptance applies to all Work under the Contract Documents and approved Change Orders for the Construct Northside Connector project completed by (Contractor) for the Winchester Regional Airport Authority. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR, and ENGINEER, and that Work is hereby accepted as complete on (Date). The following documents and information are attached to and made a part of this Certificate: 1. Warranty of Construction 2. Lien and Claims Release 3. Final DBE Accomplishments This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the,Work in accordance with the Contract Documents. Executed by ENGINEER By: Date: Accepted by CONTRACTOR By: Accepted by OWNER By: Date: Date: Certificate of Final Acceptance 17 OKV Construct Northside Connector 15012 ZI0S 1 aoaoomoo opisyuoN aonalsuOD ANO oouBjd000d puigjo ajuog!poD 0 3luulu Ija7 slluuo►;ua;ul 81 n IAppendix A — Storm Water Pollution Prevention Plan (SWPPP) H H H J STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR Construction SWPPP Template ' Instructions To help you develop your construction project Stormwater Pollution Prevention Plan (SWPPP), the U.S Environmental Protection Agency (EPA) has created this SWPPP Template. The template is designed to help you develop a SWPPP that is compliant with the minimum requirements of EPA's 2012 Construction General Permit ("2012 CGP"), and is customizable to your specific project and site. USING THE SWPPP TEMPLATE Each section of the SWPPP Template includes "instructions" and space for your project and site information. You should read the instructions for each section before you complete that section. The SWPPP Template was developed as an editable document file so that you can easily add tables and additional text, and delete unneeded or non - applicable fields. Note that some sections may require only a brief description while others may require several pages of explanation. THE FOLLOWING TIPS FOR USING THIS TEMPLATE WILL HELP YOU ENSURE THAT THE MINIMUM PERMIT REQUIREMENTS ARE MET., • Read the 2012 CGP thoroughly before you begin preparation of your SWPPP to ensure that you have a working understanding of the permit's underlying requirements. You will also need to consult Part 9 of the permit to determine if your state or tribe has included additional requirements that affect you. • Complete the SWPPP prior to submitting your Notice of Intent (NOI) for permit coverage. This is required in Parts 1.4 and 7.1.1. • If you prepared a SWPPP for coverage under a previous version of EPA's CGP, you must review and update your SWPPP to ensure that the 2012 CGP requirements are addressed prior to submitting your NOI. ' Note: If your project is an "existing -project " (see Part 1. 4.2. b) or if you are a "new operator of an existing project" (see Part 1.4.2. c), and it is infeasible for you to comply with a specific requirement in Part 2.1 and 2.3.3 through 2.3.5 of the permit (except for Parts 2.3.3.1, 2.3.3.2b, 2.3.3.3c. i, and 2.3.3.4) because (1) the provision was not part of the permit you were previously covered under (i.e., the 2003 or 2008 CGP), and (2) because you are prevented from compliance due to the nature or location of earth disturbances that commenced prior to February 16, 2012, or because you are unable to comply with the requirement due to the manner in which stormwater controls have already been installed or were already designed prior to February 16, 2012, you are required to include documentation in your SWPPP of the reasons why it is infeasible for you to meet the specific requirement, and then you may be waived from complying with the requirement. You must include a separate justification why it is infeasible for you to meet each of the applicable requirements. • If there is more than one construction operator for your project, consider coordinating development of your SWPPP with the other operators. However, while multiple operators may share the same SWPPP, make sure that responsibilities and scope of work are clearly described for each operator. 'a Once you have been provided coverage under the CGP, include your NOI and authorization email, as well as a copy of the CGP, as attachments to the SWPPP. See Appendices B and C of the SWPPP Template. EPA notes that while EPA has made every effort to ensure the accuracy of all instructions and guidance contained in the SWPPP Template, the actual obligations of regulated construction activities are determined by the relevant provisions of the permit, not by the Template. In the event of a conflict between the SWPPP Template and any corresponding provision of the 2012 CGP, you must abide by the requirements in the permit. EPA welcomes ' EPA SWPPP Template, Version 1.0 i STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR comments on the SWPPP Template at any time and will consider those comments in any future revision of this document. You may contact EPA for CGP-related inquiries at cgp@epa.gov. I 11 4 1 I EPA SWPPP Template, Version 1.0 11 1 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Stormwater Pollution Prevention Plan (SWPPP) For Construction Activities At: Insert Project/Site Name Insert Project Site Location/Address Insert City, State, Zip Code Insert Project/Site Telephone Number SWPPP Prepared For: Insert Company or Organization Name Insert Name Insert Address Insert City, State, Zip Code Insert Telephone Number Insert Fax/Email SWPPP Prepared By: Insert Company or Organization Name Insert Name Insert Address Insert City, State, Zip Code Insert Telephone Number Insert Fax/Email SWPPP Preparation Date: Estimated Project Dates: Project Start Date: _ _ / _ _ / Project Completion Date: _ _ / _ _ / _ _ EPA SWPPP Template, Version 1.0 iii STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Contents SECTION 1: CONTACT INFORMATION/RESPONSIBLE PARTIES..................................................................... I ' 1.1 Operator(s) / Subcontractors 1.2 Stormwater Team............................................................................................................................................2 SECTION 2: SITE EVALUATION, ASSESSMENT, AND PLANNING...................................................................3 2.1 Project/Site Information..................................................................................................................................3 2.2 Discharge Information.....................................................................................................................................4 2.3 Nature of the Construction Activity................................................................................................................ 5 2.4 Sequence and Estimated Dates of Construction Activities..............................................................................6 2.5 Allowable Non-Stormwater Discharges..........................................................................................................7 2.6 Site Maps.........................................................................................................................................................8 SECTION 3: DOCUMENTATION OF COMPLIANCE WITH OTHER FEDERAL REQUIREMENTS .................9 3.1 Endangered Species Protection.......................................................................................................................9 3.2 Historic Preservation..................................................................................................................................... I I 3.3 Safe Drinking Water Act Underground Injection Control Requirements.....................................................12 SECTION 4: EROSION AND SEDIMENT CONTROLS.........................................................................................14 4.1 Natural Buffers or Equivalent Sediment Controls.........................................................................................14 4.2 Perimeter Controls.........................................................................................................................................17 4.3 Sediment Track-Out......................................................................................................................................18 4.4 Stockpiled Sediment or Soil..........................................................................................................................19 4.5 Minimize Dust...............................................................................................................................................19 4.6 Minimize the Disturbance of Steep Slopes....................................................................................................20 4.7 Topsoil 21 4.8 Soil Compaction............................................................................................................................................22 4.9 Storm Drain Inlets.........................................................................................................................................23 4.lOConstructed Stormwater Conveyance Channels::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::�� 4.11 Sediment Basins ............................................. 4.12Chemical Treatment......................................................................................................................................25 4.13Dewatering Practices.....................................................................................................................................26 4.140ther Stormwater Controls...........................................................................................................................27 4.15Site Stabilization...........................................................................................................................................28 SECTION 5: POLLUTION PREVENTION STANDARDS......................................................................................31 5.1 Potential Sources of Pollution.......................................................................................................................31 ' 5.2 Spill Prevention and Response......................................................................................................................33 5.3 Fueling and Maintenance of Equipment or Vehicles....................................................................................33 5.4 Washing of Equipment and Vehicles............................................................................................................34 5.5 Storage, Handling, and Disposal of Construction Products, Materials, and Wastes.....................................35 5.6 Washing of Applicators and Containers used for Paint, Concrete or Other Materials..................................38 5.7 Fertilizers.......................................................................................................................................................39 5.8 Other Pollution Prevention Practices.............................................................................................................39 SECTION 6: INSPECTION AND CORRECTIVE ACTION.....................................................................................41 6.1 Inspection Personnel and Procedures............................................................................................................41 6.2 Corrective Action...........................................................................................................................................4'2 6.3 Delegation of Authority .............................. :............................................................................I...................... 42 SECTION7: TRAINING............................................................................................................................................43 SECTION 8: CERTIFICATION AND NOTIFICATION...........................................................................................45 SWPPPAPPENDICES...............................................................................................................................................46 EPA SWPPP Template, Version 1.0 iv 0 p' 1 uOISaan 'ejoldwel dddMS `ddd I Ll 1 11 1 11 SOKANNOO MISHIMON lonSISNOO dddMS NVId NOI1N3n321d NOuniiOd N31VMWSOIS STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR SECTION 1: CONTACT INFORMATION/RESPONSIBLE PARTIES 1.1 Operator(s) / Subcontractor(s) Instructions (see definition of "operator" at CGP Part 1.1.a): — Identify the operator(s) who will be engaged in construction activities at the site. Indicate respective responsibilities, where appropriate. Also include the 24-hour emergency contact. — List subcontractors expected to work on -site. Notify subcontractors of stormwater requirements applicable to their work. — Consider using Subcontractor Agreements such as the type included as a sample in Appendix G of the Template. Operator(s): Insert Company or Organization Name: Insert Name: Insert Address: Insert City, State, Zip Code: Insert Telephone Number: Insert Fax/Email: Insert area of control (if more than one operator at site): [Repeat as necessary.] Subcontractor(s): Insert Company or Organization Name: Insert Name: Insert Address: Insert City, State, Zip Code: Insert Telephone Number: Insert Fax/Email: Insert area of control (if more than one operator at site): [Repeat as necessary.] Emergency 24-Hour Contact: Insert Company or Organization Name: Insert Name: Insert Telephone Number: I L 1 J EPA SWPPP Template, Version 1.0 I I STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 1.2 Stormwater Team Instructions (see CGP Part 7.2.1): — Identify the staff members (by name or position) that comprise the project's stormwater team as well as their individual responsibilities. At a minimum the stormwater team is comprised of individuals who are responsible for overseeing the development of the SWPPP, any later modifications to it, and for compliance with the requirements in this permit (i.e., installing and maintaining stormwater controls, conducting site inspections, and taking corrective actions where required). — Each member of the stormwater team must have ready access to either an electronic or paper copy of applicable portions of the 2012 CGP and your SWPPP. Insert Role or Responsibility: Insert Position: Inse►•t Name: ' Insert Telephone Number: Insert Email: Insert Role or Responsibility: Insert Position: Insert Name: Insert Telephone Number: Inse►-t Email: Insert Role or Responsibility: Insert Position: Insert Name: Insert Telephone Number: Insert Email: [Repeat as necessary.] EPA SWPPP Template, Version.1.0 2 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR J SECTION 2: SITE EVALUATION, ASSESSMENT, AND PLANNING 2.1 Project/Site Information Instructions (see "Project/Site Information" section of Appendix J - NOI form): — In this section, you are asked to compile basic site information that will be helpful to you when you file your NOI. — Detailed information on determining your site's latitude and longitude can be found at www.epa.gov/npdes/stormwater/latlong Project Name and Address Project/Site Name: INSERT TEXT HERE Project Street/Location: INSERT TEXT HERE City: INSERT TEXT HERE State: INSERT TEXT HERE ZIP Code: INSERT TEXT HERE County or Similar Subdivision: INSERT TEXT HERE Project Latitude/Longitude (Use one of three possible formats, and specify method) Latitude: _" N (degrees, minutes, seconds) 2. _ _ ° _ _ _ _' N (degrees, minutes, decimal) 3.--.--- ° N (decimal) Method for determining latitude/longitude: ❑ USGS topographic map (specify scale: ) ❑ Other (please specify): Horizontal Reference Datum: ❑ NAD 27 ❑ NAD 83 or WGS 84 ❑ Unknown If you used a U.S.G.S topographic map, what was the scale? Longitude: 1. _ _ ° _ _' _ _" W (degrees, minutes, seconds) 2. _ _ ° _ _ _ _' W (degrees, minutes, decimal) 3. _ _ _ _ _ _ ° W (decimal) ❑ EPA Web site ❑ GPS Additional Project Information Is the project/site located on Indian country lands, or located on a property of religious or cultural significance to an Indian tribe? ❑ Yes ❑ No If yes, provide the name of the Indian tribe associated with the area of Indian country (including the name of Indian reservation if applicable), or if not in Indian country, provide the name of the Indian tribe associated I 1 1 1 EPA SWPPP Template, Version 1.0 3 1 1] I L I I 1 11 I A STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR with the property: INSERT TEXT HERE If you are conducting earth -disturbing activities in response to a public emergency, document the cause of the public emergency (e.g., natural disaster, extreme flooding conditions), information substantiating its occurrence (e.g., state disaster declaration), and a description of the construction necessary to reestablish effective public services: INSERT TEXT HERE Are you applying for permit coverage as a "federal operator" as defined in Appendix A of the 2012 CGP? ❑ Yes ❑ No 2.2 Discharge Information Instructions (see "Discharge Information" section of Appendix J — NOI form): — In this section, include information relating to your site's discharge. This information corresponds to the "Discharge Information" section of the NOI form. Because you may be using EPA's mapping tool to answer some of these questions, and the tool is accessed in the eNO1 system, you may find it necessary to leave some questions unanswered until you have completed that portion of the NOI. — For Table 1, list the name of the first surface water that receives discharges from your site. If your site has discharges to multiple surface waters, indicate the names of all such waters. — For Table 2, if any of the surface waters you listed out in Table 1 are listed as impaired by the applicable State or Tribe, provide specified information about pollutants causing the impairment and whether or not a Total Maximum Daily Load (TMDL) has been completed for the surface water. For more information on TMDLs and impaired waters, including a list of TMDL contacts and links by state, visit www.epa.gov/npdes/stormwater/tmdl. — For Table 3, indicate whether any of the surface waters you listed out in Table 1 are designated as Tier 2, 2.5, or 3 waters by your State or Tribe. See Appendix F for more information. Does your project/site discharge stormwater into a Municipal Separate Storm Sewer System (MS4)? ❑ Yes ❑ No Are there any surface waters that are located within 50 feet of your construction disturbances? ❑ Yes ❑ No EPA SWPPP Template, Version 1.0 4 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Tahln 1 —M.m nf1D.Pakrin" Watnre Name(s) of the first surface water that receives stormwater directly from your site and/or from the MS4 (note: multiple rows provided where your site has more than one point of discharge that flows to different surface waters) 1. 2. 3. 4. 5. 6. [Include additional rows as necessary.] Table 2 — Impaired Waters / TMDLs (Answer the following for each surface water listed in Table I above) If you answered yes, then answer the following: Is this surface water listed as "impaired"? pollutant(s) are causing the What ollutan impairment? Has a TMDL been completed? Title of the TMDL document Pollutant(s) for which there is a TMDL 1. ❑ YES ❑ NO ❑ YES ❑ NO 2. ❑ YES ❑ NO ❑ YES ❑ NO 3. ❑ YES ❑ NO ❑ YES ❑ NO 4. ❑ YES ❑ NO ❑ YES ❑ NO- 5. ❑ YES ❑ NO ❑ YES ❑ NO EPA SWPPP Template, Version 1.0 6 r rr re rr �s M law rf MW rr in rI= r r M M r STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 6. ❑ YES ❑ NO ❑ YES ❑ NO [Include additional rows as necessary.] Describe the method(s) you used to determine whether or not your project/site discharges to an impaired water: INSERT TEXT HERE Table 3 — Tier 2, 2.5, or 3 Waters (Answer the following for each surface water listed in Table 1 above) Is this surface water designated as a Tier If you answered yes, specify which Tier (2, 2, Tier 2.5, or Tier 3 water? 2.5, or 3) the surface water is designated as? (see Appendix F) 1. ❑ YES ❑ NO INSERT "Tier 2", "Tier 2.5", or "Tier 3" 2. ❑ YES ❑ NO INSERT "Tier 2", "Tier 2.5", or "Tier 311 3. ❑ YES ❑ NO INSERT "Tier 2", "Tier 2.5", or "Tier 311 4. ❑ YES [:]NO INSERT "Tier 2", "Tier 2.5", or "Tier 311 5. ❑ YES ❑ NO INSERT "Tier 2", "Tier 2.5", or "Tier 311 6. ❑ YES ❑ NO INSERT "Tier 2", "Tier 2.5", or "Tier 3" EPA SWPPP Template, Version 1.0 6 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 2.3 Nature of the Construction Activity Instructions (see CGP Parts 1.3.c and 7.2.2): — Provide a general description of the nature of the construction activities at your project. — Describe the size of the property (in acres) and the total area expected to be disturbed by the construction activities (in acres), construction support activities covered by this permit (see Part 1.3.c of the permit), and the maximum area expected to be disturbed at any one time. General Description of Project Provide a general description of the construction project: INSERT TEXT HERE Size of Construction Project What is the size of the property (in acres), the total area expected to be disturbed by the construction activities (in acres), and the maximum area expected to be disturbed at any one time? INSERT SIZE OF PROPERTY (in acres) INSERT TOTAL AREA OF CONSTRUCTION DISTURBANCES (in acres) INSERT MAXIMUM AREA TO BE DISTURBED AT ANY ONE TIME (in acres) [Repeat as necessary for individual project phases.] Construction Support Activities (only provide if applicable) Describe any construction support activities for the project (e.g., concrete or asphalt batch plants, equipment staging yards, material storage areas, excavated material disposal areas, borrow areas) INSERT DESCRIPTION OF CONSTRUCTION SUPPORT ACTIVITY INSERT CONTACT INFORMATION FOR CONSTRUCTION SUPPORT ACTIVITY (Name, Telephone No., Email Address) INSERT LOCATION INFORMATION FOR CONSTRUCTION SUPPORT ACTIVITY (Address and/or Latitude/Longitude) [Repeat as necessary.] 1 1 1 1 1 A EPA SWPPP Template, Version 1.0 5 I CV I 1 C� STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 2.4 Sequence and Estimated Dates of Construction Activities Instructions (see CGP Part 7.2.5): — Describe the intended construction sequence and timing of major activities. — For each phase of construction, include the following information: ✓ Installation of stormwater controls, and when they will be made operational; ✓ Commencement and duration of earth -disturbing activities, including clearing and grubbing, mass grading, site preparation (i.e., excavating, cutting and filling), final grading, and creation of soil and vegetation stockpiles requiring stabilization; ✓ Cessation, temporarily or permanently, of construction activities on the site, or in designated portions of the site; ✓ Final or temporary stabilization of areas of exposed soil. The dates for stabilization must reflect the applicable deadlines to which you are subject to in Part 2.2.1; and ✓ Removal of temporary stormwater conveyances/channels and other stormwater, control measures, removal of construction equipment and vehicles, and cessation of any pollutant -generating activities. — The construction sequence must reflect the following requirements: ✓ Part 2.1.1.1 (area of disturbance); ✓ Part 2.1.1.3.a (installation of stormwater controls); and ✓ Parts 2.2.1.1, 2.2.1.2, 2.2.1.3 (stabilization deadlines). — Also, see EPA's Construction Sequencing BMP Fact Sheet at http://www.er)a.gov/n/npdes/stormwater/menuofbmr)s/construction/cons seq) Phase I INSERT GENERAL DESCRIPTION OF PHASE ■ INSERT ESTIMATED START AND END DATES OF CONSTRUCTION DISTURBANCES ASSOCIATED WITH THIS PHASE ■ FOR EACH STORMWATER CONTROL, INSERT ESTIMATED DATE(s) OF INSTALLATION OF EACH STORMWATER CONTROL ■ FOR AREAS OF THE SITE REQUIRED TO BE STABILIZED, INSERT ESTIMATED DATE(s) OF APPLICATION OF STABILIZATION MEASURES ■ INSERT ESTIMATED DATE(s) WHEN STORMWATER CONTROLS WILL BE REMOVED Phase II INSERT GENERAL DESCRIPTION OF PHASE ■ INSERT ESTIMATED START AND END DATES OF CONSTRUCTION DISTURBANCES ASSOCIATED WITH THIS PHASE ■ FOR EACH STORMWATER CONTROL, INSERT ESTIMATED DATE(s) OF INSTALLATION OF EACH STORMWATER CONTROL ■ FOR AREAS OF THE SITE REQUIRED TO BE STABILIZED, INSERT ESTIMATED DATE(s) OF APPLICATION OF STABILIZATION MEASURES ■ INSERT ESTIMATED DATE(s) WHEN STORMWATER CONTROLS WILL BE REMOVED [Repeat as needed.] IEPA SWPPP Template, Version 1.0 6 STORMWATER POLLUTION PREVENTION PLAN (SWPPP CONSTRUCT NORTHSIDE CONNECTOR 2.5 Allowable Non-Stormwater Discharges Instructions (see CGP Parts 1.3.d and 7.2.8): — Identify all allowable sources of non-stormwater discharges. The allowable non- stormwater discharges identified in Part 1.3.d of the 2012 CGP include: ✓ Discharges from emergency fire -fighting activities; ✓ Fire hydrant flushings; ✓ Landscape irrigation; ✓ Waters used to wash vehicles and equipment, provided that there is no discharge of soaps, solvents, or detergents used for such purposes; ✓ Water used to control dust; ✓ Potable water including uncontaminated water line flushings; ✓ Routine external building wash down that does not use detergents; ✓ Pavement wash waters provided spills or leaks of toxic or hazardous materials have not occurred (unless all spilled material has been removed) and detergents are not used. You are prohibited from directing pavement was waters directly into any surface water, storm drain inlet, or stormwater conveyance, unless the conveyance is connected to a sediment basin, sediment trap, or similarly effective control; ✓ Uncontaminated air conditioning or compressor condensate; ✓ Uncontaminated, non -turbid discharges of ground water or spring water; ✓ Foundation or footing drains where flows are not contaminated with process materials such as solvents or contaminated ground water; and ✓ Construction dewatering water that has been treated by an appropriate control. List of Allowable Non-Stormwater Discharges Present at the Site Type of Allowable Non-Stormwater Discharge Likely to be Present at Your Site? Discharges from emergency fire -fighting activities ❑ YES ❑ NO Fire hydrant flushings ❑ YES ❑ NO Landscape irrigation ❑ YES ❑ NO Waters used to wash vehicles and equipment ❑ YES ❑ NO Water used to control dust ❑ YES ❑ NO Potable water including uncontaminated water line flushings ❑ YES ❑ NO Routine external building wash down ❑ YES ❑ NO Pavement wash waters ❑ YES ❑ NO Uncontaminated air conditioning or compressor condensate ❑ YES ❑ NO Uncontaminated, non -turbid discharges of ground water or spring water ❑ YES ❑ NO Foundation or footing drains ❑ YES ❑ NO Construction dewatering water ❑ YES ❑ NO (Note: You are reminded of the requirement to identify the likely locations of these allowable non-stormwater discharges on your site map. See Section 2.6, below, of the SWPPP Template.) I I I EPA SWPPP Template, Version 1.0 h P 1 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 2.6 Site Maps Instructions (see CGP Part 7.2.6): — Attach site maps in Appendix A of the Template. For most projects, a series of site maps is necessary and recommended. The first should show the undeveloped site and its current features. An additional map or maps should be created to show the developed site or, for more complicated sites, show the major phases of development. These maps must include the following features: — Boundaries of the property and of the locations where construction will occur, including: ✓ Locations where earth -disturbing activities will occur, noting any phasing of construction activities; ✓ Approximate slopes before and after major grading activities. Note areas of steep slopes, as defined in Appendix A; ✓ Locations where sediment, soil, or other construction materials will be stockpiled; ✓ Locations of any crossings of surface waters; ✓ Designated points on the site where vehicles will exit onto paved roads; ✓ Locations of structures and other impervious surfaces upon completion of construction; and ✓ Locations of construction support activity areas covered by this permit. — Locations of all surface waters, including wetlands, that exists on or near your site. Indicate which waterbodies are listed as impaired, and which are identified by your state, tribe, or EPA as Tier 2, Tier 2.5, or Tier 3 waters. — The boundary lines of any natural buffer areas. See CGP Part 2.1.2.1.a. — Areas of federally -listed critical habitat for endangered or threatened species. — Topography of the site, existing vegetative cover (e.g., forest, pasture, pavement, structures), and drainage pattern(s) of stormwater and allowable non-stormwater flow onto, over, and from the site property before and after major grading activities. — Stormwater and allowable non-stormwater discharge locations, including: ✓ Locations of any storm drain inlets on the site and in the immediate vicinity of the site; and ✓ Locations where stormwater or allowable non-stormwater will be discharged to surface waters (including wetlands). — Locations of all potential pollutant -generating activities. — Locations of stormwater control measures. — Locations where polymers, flocculants, or other treatment chemicals will be used and stored. IEPA SWPPP Template, Version 1.0 8 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR [1 SECTION 3: DOCUMENTATION OF COMPLIANCE WITH OTHER FEDERAL REQUIREMENTS 3.1 Endangered Species Protection Instructions (see CGP Parts 1.1.e, 7.2.14.1, Appendix D, and the "Endangered Species Protection" section of the Appendix J - NOI form): Follow the process in Appendix D of the permit for determining which eligibility criterion (A-E) you have met with respect to the protection of endangered species. You will - Include documentation supporting your determination of eligibility. - Additional information on Endangered Species Act (ESA) provisions for EPA's Construction General Permit is at www.epa.gov/nodes/stormwater/eso Eligibility Criterion Under which criterion listed in Appendix D are you eligible for coverage under this permit? ❑A ❑B El ❑D ❑E For reference purposes, the eligibility criteria listed in Appendix D are as follows: Criterion A. No federally -listed threatened or endangered species or their designated critical habitat(s) are likely to occur in your site's "action area" as defined in Appendix A of this permit. Criterion B. The construction site's discharges and discharge -related activities were already addressed in another operator's valid certification of eligibility for your action area under eligibility Criterion A, C, D, E, or F and there is no reason to believe that federally -listed species or federally -designated critical habitat not considered in the prior certification may be present or located in the "action area". To certify your eligibility under this Criterion, there must be no lapse ofNPDES permit coverage in the other operator's certification. By certifying eligibility under this Criterion, you agree to comply with any effluent limitations or conditions upon which the other operator's certification was based. You must include in your NOI the tracking number from the other operator's notification of authorization under this permit. If your certification is based on another operator's certification tinder Criterion C, you must provide EPA with the relevant supporting information required of existing dischargers in Criterion C in your NOI form. Criterion C. Federally -listed threatened or endangered species or their designated critical habitat(s) are likely to occur in or near your site's "action area," and your site's discharges and discharge -related activities are not likely to adversely affect listed threatened or endangered species or critical habitat. This determination may include consideration of any stormwater controls and/or management practices you will adopt to ensure that your discharges and discharge -related activities are not likely to adversely affect listed species and critical habitat. To make this certification, you must include the following in your NOI: 1) any federally listed species and/or designated habitat located in your "action area"; and 2) the distance between your site and the listed species or designated critical habitat (in miles). You must also include a copy of your site map with your NOI. Criterion D. Coordination between you and the Services has been concluded. The coordination must have addressed the effects of your site's discharges and discharge -related activities on federally -listed threatened or endangered species and federally -designated critical habitat, and must have resulted in a written concurrence from the relevant Service(s) that your site's discharges and discharge -related activities are not likely to adversely affect listed species or critical habitat. You must include copies of the correspondence between yourself and the Services in your SWPPP and your NOI. 1 EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) LCONSTRUCT NORTHSIDE CONNECTOR Criterion E. Consultation between a Federal Agency and the U.S. Fish and Wildlife Service and/or the National Marine Fisheries Service under section 7 of the ESA has been concluded. The consultation must have addressed the effects of the construction site's discharges and discharge -related activities on federally -listed threatened or endangered species and federally -designated critical habitat. The result of this consultation must be either: i. a biological opinion that concludes that the action in question (taking into account the effects of your site's discharges and discharge -related activities) is not likely to jeopardize the continued existence of listed species, nor the destruction or adverse modification of critical habitat; or ii. written concurrence from the applicable Service(s) with a finding that the site's discharges and discharge -related activities are not likely to adversely affect federally -listed species or federally - designated habitat. You must include copies of the correspondence between yourself and the Services in your SWPPP and your NOI. Criterion F. Your construction activities are authorized through the issuance of a permit under section 10 of the ESA, and this authorization addresses the effects of the site's discharges and discharge -related activities on federally -listed species and federally -designated critical habitat. You must include copies of the correspondence between yourself and the Services in your SWPPP and your NOI. Supporting Documentation Provide documentation for the applicable eligibility criterion you select in Appendix D, as follows: For criterion A, indicate the basis for your determination that no federally -listed threatened or endangered species or their designated critical habitat(s) are likely to occur in your site's action area (as defined in Appendix A of the permit). Check the applicable source of information you relied upon: ❑ Specific communication with staff of the U.S. Fish & Wildlife Service or National Marine Fisheries Service. INSERT DATE OF COMMUNICATION AND WHO YOU SPOKE WITH ❑ Publicly available species list. INSERT SPECIFIC DOCUMENT AND/OR WEBSITE RELIED UPON ❑ Other source: INSERT SPECIFIC SOURCE For criterion B, provide the Tracking Number from the other operator's notification of permit authorization: INSERT AUTHORIZATION TRACKING NUMBER FROM OTHER OPERATOR'S NOTIFICATION LETTER/EMAIL Provide a brief summary of the basis used by the other operator for selecting criterion A, B, C, D, E, or F: INSERT TEXT HERE For criterion C, provide the following information: ■ INSERT LIST OF FEDERALLY -LISTED SPECIES OR FEDERALLY -DESIGNATED CRITICAL HABITAT LOCATED IN YOUR ACTION AREA ■ INSERT DISTANCE BETWEEN YOUR SITE AND THE LISTED SPECIES OR CRITICAL HABITAT (in miles) Also, provide a brief summary of the basis used for determining that your site's discharges and discharge -related activities are not likely to adversely affect listed species or critical habitat: INSERT TEXT HERE For criterion D, E, or F, attach copies of any letters or other communication between you and the U.S. Fish & Wildlife Service or National Marine Fisheries Service concluding consultation or coordination activities. INSERT COPIES OF LETTERS OR OTHER COMMUNICATIONS HERE IEPA SWPPP Template, Version 1.0 10 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Wmwq 3.2 Historic Preservation Instructions (see CGP Part 1.11 J, 7.2.14.2, Appendix E, and the "Historic Preservation" section of the Appendix J - NOI form): Follow the screening process in Appendix E of the permit for determining whether your installation of subsurface earth -disturbing stormwater controls will have an effect on historic properties. - Include documentation supporting your determination of eligibility. - To contact your applicable state or tribal historic preservation office, information is available at www.achp.gov/programs/html. Appendix E, Step 1 Do you plan on installing any of the following stormwater controls at your site? Check all that apply below, and proceed to Appendix E, Step 2. ❑ Dike ❑ Berm ❑ Catch Basin ❑ Pond ❑ Stormwater Conveyance Channel (e.g., ditch, trench, perimeter drain, swale, etc.) ❑ Culvert ❑ Other type of ground -disturbing stormwater control: INSERT SPECIFIC TYPE OF STORMWATER CONTROL (Note: If you will not be installing any ground -disturbing stormwater controls, no further documentation is required for Section 3.2 of the Template.) Appendix E, Step 2 If you answered yes in Step 1, have prior surveys or evaluations conducted on the site already determined that historic properties do not exist, or that prior disturbances at the site have precluded the existence of historic properties? ❑ YES ❑ NO ■ If yes, no further documentation is required for Section 3.2 of the Template. ■ If no, proceed to Appendix E, Step 3. Appendix E, Step 3 If you answered no in Step 2, have you determined that your installation of subsurface earth -disturbing stormwater controls will have no effect on historic properties? ❑ YES ❑ NO If yes, provide documentation of the basis for your determination. INSERT REFERENCES TO DOCUMENTS, STUDIES, OR OTHER SOURCES RELIED UPON If no, proceed to Appendix E, Step 4. Appendix E, Step 4 C u d I 1 EPA SWPPP Template, Version 1.0 11 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR If you answered no in Step 3, did the State Historic Preservation Officer (SHPO), Tribal Historic Preservation Office (THPO), or other tribal representative (whichever applies) respond to you within 15 calendar days to indicate whether the subsurface earth disturbances caused by the installation of stormwater controls affect historic properties? ❑ YES ❑ NO If no, no further documentation is required for Section 3.2 of the Template. If yes, describe the nature of their response: ❑ Written indication that adverse effects to historic properties from the installation of stormwater controls can be mitigated by agreed upon actions. INSERT COPIES OF LETTERS, EMAILS, OR OTHER COMMUNICATION BETWEEN YOU AND THE APPLICABLE SHPO, THPO, OR OTHER TRIBAL REPRESENTATIVE ' ❑ No agreement has been reached regarding measures to mitigate effects to historic properties from the installation of stormwater controls. INSERT COPIES OF LETTERS, EMAILS, OR OTHER COMMUNICATION BETWEEN YOU AND THE APPLICABLE SHPO, THPO, OR OTHER TRIBAL REPRESENTATIVE I ❑ Other: INSERT COPIES OF LETTERS, EMAILS, OR OTHER COMMUNICATION BETWEEN YOU AND THE APPLICABLE SHPO, THPO, OR OTHER TRIBAL REPRESENTATIVE 3.3 Safe Drinking Water Act Underground Injection Control Requirements Instructions (see CGP Part 7.2.14.3): — If you will use any of the identified controls in this section, include documentation of contact between you and the applicable state agency or EPA Regional Office responsible for implementing the requirements for underground injection wells in the Safe Drinking Water Act and EPA's implementing regulations at 40 CFR Parts 144-147. — For state UIC program contacts, refer to the following EPA website: http:Ilwoter.eK)a.gov/tyr)e/.groundwater/uic/­whereyou/ive.cfm. Do you plan to install any of the following controls? Check all that apply below. ❑ Infiltration trenches (if stormwater is directed to any bored, drilled, driven shaft or dug hole that is deeper than its widest surface dimension, or has a subsurface fluid distribution system) ❑ Commercially manufactured pre -cast or pre -built proprietary subsurface detention vaults, chambers, or other devices designed to capture and infiltrate stormwater flow ❑ Drywells, seepage pits, or improved sinkholes (if stormwater is directed to any bored, drilled, driven shaft or dug hole that is deeper than its widest surface dimension, or has a subsurface fluid distribution system) If yes, INSERT COPIES OF LETTERS, EMAILS, OR OTHER COMMUNICATION BETWEEN YOU AND THE STATE AGENCY OR EPA REGIONAL OFFICE IEPA SWPPP Template, Version 1.0 12 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR u 1 C� [l EPA SWPPP Template, Version 1.0 13 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) LCONSTRUCT NORTHSIDE CONNECTOR I P SECTION 4: EROSION AND SEDIMENT CONTROLS General Instructions (See CGP Parts 2.1 and 7.2.10): — Describe the erosion and sediment controls that will be installed and maintained at your site. — For more information or ideas on BMPs, see EPA's National Menu of BMPs http://www.epa.clov/nr)des/stormwater/menuofbml2s 4.1 Natural Buffers or Equivalent Sediment Controls Instructions (see CGP Parts 2.1.2.1 and 7.2.9, and Appendix G): This section only applies to you if a surface water is located within 50 feet your construction activities. If this is the case, consult CGP Part 2.1.2.1 and Appendix G for information on how to comply with the buffer requirements. — Describe the compliance alternative (CGP Part 2.1.2.1.a.i, ii, or iii) that was chosen to meet the buffer requirements, and include any required documentation supporting the alternative selected. The compliance alternative selected must be maintained throughout the duration of permit coverage. However, if you select a different compliance alternative during your period of permit coverage, you must modify your SWPPP to reflect this change. — If you qualify for one of the exceptions in CGP Part 2.1.2.1.e, include documentation related to your qualification for such exceptions. Buffer Compliance Alternatives Are there any surface waters within 50 feet of your project's earth disturbances? ❑ YES ❑ NO (Note: If no, no further documentation is required for the SWPPP Template.) Check the compliance alternative that you have chosen: ❑ I will provide and maintain a 50-foot undisturbed natural buffer. (Note (1): You must show the 50-foot boundary line of the natural buffer on your site map.) (Note (2): You must show on your site map how all discharges from your construction disturbances through the natural buffer area will first be treated by the site's erosion and sediment controls. Also, show on the site map any 1 velocity dissipation devices used to prevent erosion within the natural buffer area.) ❑ I will provide and maintain an undisturbed natural buffer that is less than 50 feet and is supplemented by additional erosion and sediment controls, which in combination achieves the sediment load reduction equivalent to a 50-foot undisturbed natural buffer. (Note (1): You must show the boundary line of the natural buffer on your site map.) IEPA SWPPP Template, Version 1.0 14 STORMWATER POLLUTION PREVENTION PLAN (SWPPP CONSTRUCT NORTHSIDE CONNECTOR (Note (2): You must show on your site map how all discharges from your construction disturbances through the natural buffer area will first be treated by the site's erosion and sediment controls. Also, show on the site map any velocity dissipation devices used to prevent erosion within the natural buffer area.) ■ INSERT WIDTH OF NATURAL BUFFER TO BE RETAINED ■ INSERT EITHER ONE OF THE FOLLOWING: (1) THE ESTIMATED SEDIMENT REMOVAL FROM A 50-FOOT BUFFER USING APPLICABLE TABLES IN APP. G, ATTACHMENT 1. INCLUDE INFORMATION ABOUT THE BUFFER VEGETATION AND SOIL TYPE THAT PREDOMINATE AT YOUR SITE OR (2) IF YOU CONDUCTED A SITE -SPECIFIC CALCULATION FOR THE ESTIMATED SEDIMENT REMOVAL OF A 50-FOOT BUFFER, PROVIDE THE SPECIFIC REMOVAL EFFICIENCY, AND INFORMATION YOU RELIED UPON TO MAKE YOUR SITE -SPECIFIC CALCULATION. ■ INSERT DESCRIPTION OF ADDITIONAL EROSION AND SEDIMENT CONTROLS TO BE USED IN COMBINATION WITH NATURAL BUFFER AREA ■ INSERT THE FOLLOWING INFORMATION: - (1) SPECIFY THE MODEL OR OTHER TOOL USED TO ESTIMATE SEDIMENT LOAD REDUCTIONS FROM THE COMBINATION OF THE BUFFER AREA AND ADDITIONAL EROSION AND SEDIMENT CONTROLS INSTALLED AT YOUR SITE, AND - (2) INCLUDE THE RESULTS OF CALCULATIONS SHOWING THAT THE COMBINATION OF YOUR BUFFER AREA AND THE ADDITIONAL EROSION AND SEDIMENT CONTROLS INSTALLED AT YOUR SITE WILL MEET OR EXCEED THE SEDIMENT REMOVAL EFFICIENCY OF A 50-FOOT BUFFER ❑ It is infeasible to provide and maintain an undisturbed natural buffer of any size, therefore I will implement erosion and sediment controls that achieve the sediment load reduction equivalent to a 50-foot undisturbed natural buffer. ■ INSERT RATIONALE FOR CONCLUDING THAT IT IS INFEASIBLE TO PROVIDE AND MAINTAIN A NATURAL BUFFER OF ANY SIZE ■ INSERT EITHER ONE OF THE FOLLOWING: (1) THE ESTIMATED SEDIMENT REMOVAL FROM A 50-FOOT BUFFER USING APPLICABLE TABLES IN APP. G, ATTACHMENT 1. INCLUDE INFORMATION ABOUT THE BUFFER VEGETATION AND SOIL TYPE THAT PREDOMINATE AT YOUR SITE OR (2) IF YOU CONDUCTED A SITE -SPECIFIC CALCULATION FOR THE ESTIMATED SEDIMENT REMOVAL OF A 50-FOOT BUFFER, PROVIDE THE SPECIFIC REMOVAL EFFICIENCY, AND INFORMATION YOU RELIED UPON TO MAKE YOUR SITE -SPECIFIC CALCULATION. INSERT DESCRIPTION OF ADDITIONAL EROSION AND SEDIMENT CONTROLS TO BE USED IN COMBINATION WITH NATURAL BUFFER AREA ■ INSERT THE FOLLOWING INFORMATION: (1) SPECIFY THE MODEL OR OTHER TOOL USED TO ESTIMATE SEDIMENT LOAD REDUCTIONS FROM THE EROSION AND SEDIMENT CONTROLS INSTALLED AT YOUR SITE, AND (2) INCLUDE THE RESULTS OF CALCULATIONS SHOWING THAT THE ADDITIONAL EROSION AND SEDIMENT CONTROLS INSTALLED AT YOUR SITE WILL MEET OR EXCEED THE SEDIMENT REMOVAL EFFICIENCY OF A 50-FOOT BUFFER I I FI 1 iJ 1 1 EPA SWPPP Template, Version 1.0 15 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) 1 CONSTRUCT NORTHSIDE CONNECTOR I ❑ I qualify for one of the exceptions in Part 2.1.2. Le. (If you have checked this box, provide information on the applicable buffer exception that applies, below.) Buffer Exceptions Which of the following exceptions to the buffer requirements applies to your site? ❑ There is no discharge of stormwater to the surface water that is located 50 feet from my construction disturbances. (Note: If this exception applies, no further documentation is required for Section 4.1 of the Template.) r ❑ No natural buffer exists due to preexisting development disturbances that occurred prior to the initiation of planning for this project. (Note (1): If this exception applies, no further documentation is required for Section 4.1 of the Template.) ' (Note (2): Where some natural buffer exists but portions of the area within 50 feet of the surface water are occupied by preexisting development disturbances, you must still comply with the one of the CGP Part 2.1.2. La compliance alternatives.) ❑ For a "linear project" (defined in Appendix A), site constraints (e.g., limited right-of-way) make it infeasible for me to meet any of the CGP Part 2.1.2.1.a compliance alternatives. INCLUDE DOCUMENTATION HEREOF THE FOLLOWING: (1) WHY IT IS INFEASIBLE FOR YOU TO MEET ONE OF THE BUFFER COMPLIANCE ALTERNATIVES, AND (2) BUFFER WIDTH RETAINED AND/OR SUPPLEMENTAL EROSION AND SEDIMENT CONTROLS TO TREAT DISCHARGES TO THE SURFACE WATER ' ❑ The project qualifies as "small residential lot" construction (defined in Part 2.1.2.1.e.iv and in Appendix A). For Alternative 1 (see Appendix G, Part G.2.3.2.a): ■ INSERT WIDTH OF NATURAL BUFFER TO BE RETAINED ■ INSERT APPLICABLE REQUIREMENTS BASED ON TABLE G-1 ■ INSERT DESCRIPTION OF HOW YOU WILL COMPLY WITH THESE REQUIREMENTS For Alternative 2 (see Appendix G, Part G.2.3.2.b : ' INSERT (1) THE ASSIGNED RISK LEVEL BASED ON APPLICABLE TABLE IN APP. G, PART G.2.3.2.b, AND (2) THE PREDOMINANT SOIL TYPE AND AVERAGE SLOPE AT YOUR SITE ■ INSERT APPLICABLE REQUIREMENTS BASED ON APP. G, TABLE G-7 ■ INSERT DESCRIPTION OF HOW YOU WILL COMPLY WITH THESE REQUIREMENTS ❑ Buffer disturbances are authorized under a CWA Section 404 permit. INSERT DESCRIPTION OF ANY EARTH DISTURBANCES THAT WILL OCCUR WITHIN THE BUFFER AREA (Note (1): If this exception applies, no further documentation is required for Section 4.1 of the Template.) ' (Note (2): This exception only applies to the limits of disturbance authorized under the Section 404 permit, and does not apply to any upland portion of the construction project.) ❑ Buffer disturbances will occur for the construction of a water -dependent structure or water access area (e.g., pier, boat ramp, and trail). INSERT DESCRIPTION OF ANY EARTH DISTURBANCES THAT WILL OCCUR WITHIN THE BUFFER AREA (Note (1): If this exception applies, no further documentation is required for Section 4.1 of the Template.) I EPA SWPPP Template, Version 1.0 16 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 4.2 Perimeter Controls Instructions (see CGP Parts 2.1.2.2 and 7.2.10): — Describe sediment controls that will be used (e.g., silt fences, filter berms, temporary diversion dikes, or fiber rolls) to meet the Part 2.1.2.2 requirement to "install sediment controls along those perimeter areas of your site that will receive stormwater from earth - disturbing activities." — For linear projects, where you have determined that the use of perimeter controls in portions of the site is impracticable, document why you believe this is to be the case. — Also see, EPA's Silt Fence BMP Fact Sheet at www.elpa.,qov/npdes/­stormwafer/menuofbmps/construction/­­silf fences or Fiber Rolls BMP Fact Sheet at www.er)a.gov/nr)des/stormwater/`menuofbmps/consfrucfion/­fiber rolls General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.2.a Specific Perimeter Controls Perimeter Control # 1 Perimeter Control Description ■ INSERT DESCRIPTION OF PERIMETER CONTROL TO BE INSTALLED. INDICATE SPECIFIC CONTROLS THAT WILL BE INSTALLED AND MADE OPERATIONAL PRIOR TO EARTH DISTURBANCE ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE PERIMETER CONTROL. AT A MINIMUM, CGP PART 2.1.2.2.b REQUIRES REMOVAL OF SEDIMENT "before it has accumulated to one-half of the above -ground height of any perimeter control." [Repeat as needed for individual perimeter controls.] fl 1 C 1 J EPA SWPPP Template, Version 1.0 17 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR 4.3 Sediment Track -Out Instructions (see CGP Parts 2.1.2.3 and 7.2.10): — Describe stormwater controls that will be used to "minimize the track -out of sediment onto off -site streets, other paved areas, and sidewalks from vehicles exiting your construction site." — Describe location(s) of vehicle exit(s), procedures to remove accumulated sediment off -site (e.g., vehicle tracking), and stabilization practices (e.g., stone pads or wash racks or both) to minimize off -site vehicle tracking of sediment. Also include the design, installation, and maintenance specifications for each control. — Also, see EPA's Construction Entrances BMP Fact Sheet at www.epa.gov/npdes/stormwater/menuofbmr)s/construction/cons entrance General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.3 Specific Track -Out Controls Track -Out Control # 1 Track -Out Control Description ■ INSERT DESCRIPTION OF TRACK -OUT CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements INSERT MAINTENANCE REQUIREMENTS FOR THE TRACK -OUT CONTROL. (Note: At a minimum, you must provide for maintenance that meets the following requirement in CGP Part 2.1.2.3.d: "Where sediment has been tracked -out from your site onto the surface of off -site streets, other paved areas, and sidewalks, you must remove the deposited sediment by the end of the same work day in which the track -out occurs or by the end of the next work day if track -out occurs on a non -work day. You must remove the track -out by sweeping, shoveling, or vacuuming these surfaces, or by using other similarly effective means of sediment removal. You are prohibited fi•om hosing or sweeping tracked -out sediment into any stormwater conveyance (unless it is connected to a sediment basin, sediment trap, or similarly effective control), storm drain inlet, or surface water.") [Repeat as needed for individual track -out controls.] EPA SWPPP Template, Version 1.0 H STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 4.4 Stockpiled Sediment or Soil I Instructions (see CGP Parts 2.1.2.4 and 7.2.10): — Describe stormwater controls and other measures you will take to minimize the discharge of sediment or soil particles from stockpiled sediment or soil. Include a description of structural practices (e.g., diversions, berms, ditches, storage basins), including design, installation, and maintenance specifications, used to divert flows from stockpiled sediment or soil, retain or detain flows, or otherwise limit exposure and the discharge of pollutants from stockpiled sediment or soil. — Also, describe any controls or procedures used to minimize exposure resulting from adding to or removing materials from the pile. General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.4 Specific Stockpile Controls Stockpile Control 9 1 Stockpiled Sediment/Soil Control Description ■ INSERT DESCRIPTION OF STOCKPILE CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE STOCKPILE CONTROL. (Note: At a minimum, you must comply with following requirement in CGP Part 2.1.2.4.d: Do not hose down or sweep soil or sediment accumulated on pavement or other impervious surfaces into any stormwater conveyance (unless connected to a sediment basin, sediment trap, or similarly effective control), storm drain inlet, or surface water.) [Repeat as needed for individual stockpile controls.] 4.5 Minimize Dust Instructions (see CGP Parts 2.1.2.5 and 7.2.10): Describe controls and procedures you will use at your project/site to minimize the generation of dust. General I �I 1 1-1 EPA SWPPP Template, Version 1.0 19 1 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR 1 INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.5 Specific Dust Controls Dust Control # I Dust Control Description ■ INSERT DESCRIPTION OF DUST CONTROL TO BE INSTALLED '0 INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation I INSERT APPROXIMATE DATE OF INSTALLATION I Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE DUST CONTROL I [Repeat as needed for individual dust controls.] 4.6 Minimize the Disturbance of Steep Slopes Instructions (see CGP Parts 2.1.2.6 and 7.2.10): — Describe how you will minimize the disturbance to steep slopes (as defined by CGP Appendix A). — Describe controls (e.g., erosion control blankets, tackifiers), including design, installation and maintenance specifications, that will be implemented to minimize sediment discharges from slope disturbances. — Also, see EPA's Geotextiles BMP Fact Sheet at www.epa.gov/nodes/stormwater/menuofbmps/construction/aeofexfiles General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.6 ISpecific Steep Slope Controls 1 Steep Slope Control # 1 Steep Slope Control Description ' INSERT DESCRIPTION OF STEEP SLOPE CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE I Installation EPA SWPPP Template, Version 1.0 20 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE STEEP SLOPE CONTROL [Repeat as needed for individual steep slope controls.] 4.7 Topsoil Instructions (see CGP Parts 2.1.2.7 and 7.2.10): — Describe how topsoil will be preserved and identify these areas and associated control measures on your site map(s). — If it is infeasible for you to preserve topsoil on your site, provide an explanation for why this is the case. General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.7. IF IT IS INFEASIBLE FOR YOU TO COMPLY WITH THE REQUIREMENT, INCLUDE AN EXPLANATION OF WHY THIS IS THE CASE. Specific Topsoil Controls Topsoil Control # I Topsoil Control Description ■ INSERT DESCRIPTION OF TOPSOIL CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements EPA SWPPP Template, Version 1.0 21 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR ■ INSERT MAINTENANCE REQUIREMENTS FOR THE TOPSOIL CONTROL [Repeat as needed for individual topsoil controls.] 4.8 Soil Compaction Instructions (see CGP Parts 2.1.2.8 and 7.2.10): — In areas where final vegetative stabilization will occur or where infiltration practices will be installed, describe the controls, including design, installation, and maintenance specifications that will be used to restrict vehicle or equipment access or condition the soil for seeding or planting. General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.8 Specific Soil Compaction Controls Soil Compaction Control # 1 Soil Compaction Control Description ■ INSERT DESCRIPTION OF SOIL COMPACTION CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation IINSERT APPROXIMATE DATE OF INSTALLATION ' Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE SOIL COMPACTION CONTROL I[Repeat as needed for individual soil compaction controls.] IEPA SWPPP Template, Version 1.0 22 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 4.9 Storm Drain Inlets Instructions (see CGP Parts 2.1.2.9 and 7.2.10): — Describe controls (e.g., inserts, rock -filled bags, or block and gravel) including design, installation, and maintenance specifications that will be implemented to protect all inlets that will receive stormwater from your construction& activities, and that you have authority to access. — Also, see EPA's Storm Drain Inlet Protection BMP Fact Sheet at www epa gov/nr)des/stormwater/menuofbmps/construction/storm drain General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.2.9 Specific Storm Drain Inlet Controls Storm Drain Inlet Control # 1 Storm Drain Inlet Control Description ■ INSERT DESCRIPTION OF STORM DRAIN INLET CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements INSERT MAINTENANCE REQUIREMENTS FOR THE STORM DRAIN INLET CONTROL (Note: At a minimum, you must comply with following requirement in CGP Part 2. L2.9.b: "Clean, or remove and replace, the protection measures as sediment accumulates, the filter becomes clogged, and/or performance is compromised. Where there is evidence of sediment accumulation adjacent to the inlet protection measure, you must remove the deposited sediment by the end of the same work day in which it is found or by the end of the following work day if removal by the same work day is not feasible.") [Repeat as needed for individual storm drain inlet controls.] 4.10 Constructed Stormwater Conveyance Channels Instructions (see CGP Parts 2.1.3.1 and 7.2.10): If you will be installing a stormwater conveyance channel, describe control practices (e.g., velocity dissipation devices), including design specifications and details (volume, dimensions, outlet structure), that will be implemented at the construction site. General 1 11 EPA SWPPP Template, Version 1.0 23 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR 1 INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.3.1 Specific Conveyance Channel Controls Stormwater Conveyance Channel Control # I Stormwater Conveyance Channel Control Description ■ INSERT DESCRIPTION OF STORMWATER CONVEYANCE CHANNEL CONTROL TO BE INSTALLED 'N INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation IINSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE STORMWATER CONVEYANCE CHANNEL CONTROL [Repeat as needed for individual stormwater conveyance channel controls.] 4.11 Sediment Basins Instructions (see CGP Parts 2.1.3.2 and 7.2.10): If you will install a sediment basin, include design specifications and other details (volume, dimensions, outlet structure) that will be implemented at in conformance with CGP Part 2.1.3.2. — At a minimum, sediment ponds must provide storage for either (1) the calculated volume of runoff from the 2-year, 24-hour storm (see CGP App. H), or (2) 3,600 cubic feet per acre drained — Sediment ponds must also utilize outlet structures that withdraw water from the surface, , unless infeasible — Also, see EPA's Sediment Basin BMP Fact Sheet at www.epa.gov/n/npdes/stormwater/menuofbmps/construction/sediment basins General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.3.2. IF YOU HAVE DETERMINED THAT IT IS INFEASIBLE FOR YOU TO UTILIZE AN OUTLET STRUCTURE THAT DISCHARGES FROM THE SURFACE, PROVIDE AN EXPLANATION FOR WHY THIS IS THE CASE. IEPA SWPPP Template, Version 1.0 24 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Specific Sediment Basin Controls Sediment Basin Control # 1 Sediment Basin Control Description ■ INSERT DESCRIPTION OF SEDIMENT BASIN CONTROL TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE SEDIMENT BASIN CONTROL (Note: At a minimum, you must comply with following requirement in CGP Part 2.1.3.2.b: "Keep in effective operating condition and remove accumulated sediment to maintain at least '/2 of the design capacity of the sediment basin at all times.") [Repeat as needed for individual sediment basin controls.] 4.12 Chemical Treatment Instructions (see CGP Parts 2.1.3.3 and 7.2.10.2): If you are using treatment chemicals at your site, provide details for each of the items below. This information is required as part of the SWPPP requirements in CGP Part 7.2.10.2. Soil Types List all the soil types (including soil types expected to be found in fill material) that are expected to be exposed during construction and that will be discharged to locations where chemicals will be applied: INSERT TEXT HERE Treatment Chemicals List all treatment chemicals that will be used at the site and explain why these chemicals are suited to the soil characteristics: INSERT TEXT HERE Describe the dosage of all treatment chemicals you will use at the site or the methodology you will use to determine dosage: INSERT TEXT HERE Provide information from any applicable Material Safety Data Sheets (MSDS): INSERT TEXT HERE Describe how each of the chemicals will stored: INSERT TEXT HERE 11 i] Ll 1.1 EPA SWPPP Template, Version 1.0 25 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR Include references to applicable state or local requirements affecting the use of treatment chemicals, and copies of applicable manufacturer's specifications regarding the use of your specific treatment chemicals and/or chemical treatment systems: INSERT TEXT HERE Special Controls for Cationic Treatment Chemicals (if applicable) If you have been authorized by your applicable Regional Office to use cationic treatment chemicals, include the official EPA authorization letter or other communication, and identify the specific controls and implementation procedures you are required to implement to ensure that your use of cationic treatment chemicals will not lead to a violation of water quality standards: INSERT (1) ANY LETTERS OR OTHER DOCUMENTS SENT FROM THE EPA REGIONAL OFFICE CONCERNING YOUR USE OF CATIONIC TREATMENT CHEMICALS, AND (2) DESCRIPTION OF ANY SPECIFIC CONTROLS YOU ARE REQUIRED TO IMPLEMENT Schematic Drawings of Stormwater Controls/Chemical Treatment Systems Provide schematic drawings of any chemically -enhanced stormwater controls or chemical treatment systems to be used for application of treatment chemicals: INSERT TEXT HERE Training Describe the training that personnel who handle and apply chemicals have received prior to permit coverage, or will receive prior to the use of treatment chemicals: INSERT TEXT HERE 4.13 Dewatering Practices Instructions (see CGP Parts 2.1.3.4 and 7.2.10): If you will be discharging stormwater that is removed from excavations, trenches, foundations, vaults, or other similar points of accumulation, include design specifications and details of all dewatering practices that are installed and maintained to comply with CGP Part 2.1.3.4. General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.1.3.4 Specific Dewatering Practices Dewatering Practice # I Dewatering Practice Description ■ INSERT DESCRIPTION OF DEWATERING PRACTICE TO BE INSTALLED ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements EPA SWPPP Template, Version 1.0 26 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR I ■ INSERT MAINTENANCE REQUIREMENTS FOR THE DEWATERING PRACTICE (Note: At a minimum, you must comply with following requirement in CGP Part 2.1.3.4: "With backwash water, either haul it away for disposal or return it to the beginning of the treatment process; and replace and clean the filter media used in dewatering devices when the pressure differential equals or exceeds the manufacturer's specifications.") [Repeat as needed for individual dewatering practices.] 4.14 Other Stormwater Controls Instructions: — Describe any other sormwater controls that do not fit into the above categories. I � I I I I I General ' ■ INSERT GENERAL DESCRIPTION OF THE PROBLEM THIS CONTROL IS DESIGNED TO ADDRESS Specific Stormwater Control Practices Stormwater Control Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE STORMWATER CONTROL PRACTICE [Repeat as needed.] EPA SWPPP Template, Version 1.0 27 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR 11 k H n 4.15 Site Stabilization Instructions (see CGP Parts 2.2 and 7.2.10): The CGP requires you to immediately initiate stabilization when work in an area of your site has permanently or temporarily stopped, and to complete certain stabilization activities within prescribed deadlines. See CGP Part 2.2.1. The CGP also requires that stabilization measures meet certain minimum criteria. See CGP Part 2.2.2. For your SWPPP, you must include the following: — Describe the specific vegetative and/or non -vegetative practices that will be used to stabilize exposed soils where construction activities have temporarily or permanently ceased. Avoid using impervious surfaces for stabilization whenever possible. — Also, see EPA's Seeding BMP Fact Sheet at www.epa.qov/npdes/stormwater/menuofbmps/construction/seeding — Once you begin construction, consider using the Grading/Stabilization Activities log in Appendix H of the Template to document your compliance with the stabilization requirements in CGP Part 2.2 EPA SWPPP Template, Version 1.0 28 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Site Stabilization Practice (only use this if you are not located in an arid, semi -arid, or drought -stricken area) ❑ Vegetative ❑ Non -Vegetative ❑ Temporary ❑ Permanent Description of Practice ■ INSERT DESCRIPTION OF STABILIZATION PRACTICE TO BE INSTALLED ■ NOTE HOW DESIGN WILL MEET REQUIREMENTS OF PART 2.2.2.1 OR 2.2.2.2, WHICHEVER APPLIES ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION ■ INSERT APPROXIMATE COMPLETION DATE CONSISTENT WITH CGP PART 2.2.1.2 Maintenance Requirements INSERT MAINTENANCE REQUIREMENTS FOR THE STABILIZATION PRACTICE [Repeat as needed for additional stabilization practices.] Site Stabilization Practice (only use this if you are located in an arid, semi -arid, or drought -stricken area) ❑ Vegetative ❑ Non -Vegetative ❑ Temporary ❑ Permanent Description of Practice ■ INSERT DESCRIPTION OF STABILIZATION PRACTICE TO BE INSTALLED ■ NOTE HOW DESIGN WILL MEET REQUIREMENTS OF PART 2.2.2.1 OR 2.2.2.2, WHICHEVER APPLIES ■ INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ FOR VEGETATIVE STABILIZATION IN ARID OR SEMI -ARID AREAS, INDICATE THE BEGINNING AND ENDING DATES OF THE SEASONALLY DRY PERIOD AND DESCRIBE YOUR SITE CONDITIONS ■ INSERT APPROXIMATE DATE OF INSTALLATION ■ INSERT APPROXIMATE COMPLETION DATE CONSISTENT WITH CGP PART 2.2.1.3 Maintenance Requirements INSERT MAINTENANCE REQUIREMENTS FOR THE STABILIZATION PRACTICE [Repeat as needed for additional stabilization practices.] Site Stabilization Practice (only use this if uncontrollable circumstances have delayed the initiation or completion of stabilization) 1 1 EPA SWPPP Template, Version 1.0 29 I STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR (Note: You will not be able to include this information in your initial SWPPP. If you are affected by circumstances such as those described in CGP Part 2.2.1.3.b, you will need to modify your SWPPP to include this information.) ' ❑ Vegetative ❑ Non -Vegetative ❑ Temporary ❑ Permanent Justification ■ INSERT DESCRIPTION OF CIRCUMSTANCES THAT PREVENT YOU FROM MEETING THE DEADLINES REQUIRED IN CGP PARTS 2.2.1.1 AND/OR 2.2.1.2 AND THE SCHEDULE YOU WILL FOLLOW FOR ' INITIATING AND COMPLETING STABILIZATION ' Description of Practice ■ INSERT DESCRIPTION OF STABILIZATION PRACTICE TO BE INSTALLED ■ NOTE HOW DESIGN WILL MEET REQUIREMENTS OF PART 2.2.2.1 OR 2.2.2.2, WHICHEVER APPLIES ' INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ' INSERT DATES OF INITIATION AND COMPLETION OF NON -VEGETATIVE STABILIZATION CONTROLS (must be completed within 14 days of the cessation of construction) Maintenance Requirements INSERT MAINTENANCE REQUIREMENTS FOR THE STABILIZATION PRACTICE I[Repeat as needed for additional stabilization practices.] IEPA SWPPP Template, Version 1.0 30 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR SECTION 5: POLLUTION PREVENTION STANDARDS 5.1 Potential Sources of Pollution Instructions (see CGP Part 7.2.7): — Identify and describe all pollutant -generating activities at your site (e.g., paving operations; concrete, paint, and stucco washout and waste disposal; solid waste storage and disposal). — For each pollutant -generating activity, include an inventory of pollutants or pollutant constituents associated with that activity (e.g., sediment, fertilizers, and/or pesticides, paints, solvents, fuels), which could be exposed to rainfall or snowmelt, and could be discharged from your construction site. You must take into account where potential spills and leaks could occur that contribute pollutants to stormwater discharges. Construction Site Pollutants INSERT TEXT OR USE TABLE BELOW Pollutants or Pollutant Location on Site Pollutant -Generating Activity Constituents(that could be discharged if (or reference SWPPP site map where this is shown) exposed to stormwater) [Include additional rows as necessary.] I 1 EPA SWPPP Template, Version 1.0 31 ze 01 ' L uolsaan �a�p�duaal dddMS bd� M0103NNOO 301SHIMON lNSISNOO dddMS NVId NOIlN3A3Sd NounilOd MIVMWHO1S I 11 I H- I 11 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 5.2 Spill Prevention and Response Instructions (see CGP Parts 2.3 and 7.2.11): — Describe procedures you will use to prevent and respond to leaks, spills, and other releases. You must implement the following at a minimum: ✓ Procedures for expeditiously stopping, containing, and cleaning up spills, leaks, and other releases. Identify the name or title of the employee(s) responsible for detection and response of spills or leaks; and ✓ Procedures for notification of appropriate facility personnel, emergency response agencies, and regulatory agencies where a leak, spill, or other release containing a hazardous substance or oil in an amount equal to or in excess of a reportable quantity consistent with Part 2.3.3.4c and established under either 40 CFR Part 1 10, 40 CFR Part 117, or 40 CFR Part 302, occurs during a 24-hour period. Contact information must be in locations that are readily accessible and available. — Some projects/site may be required to develop a Spill Prevention Control and Countermeasure (SPCC) plan under a separate regulatory program (40 CFR 112). If you are required to develop an SPCC plan, or you already have one, you should include references to the relevant requirements from your plan. INSERT SPILL PREVENTION AND RESPONSE PROCEDURES HERE 5.3 Fueling and Maintenance of Equipment or Vehicles Instructions (see CGP Parts 2.3.3.1 and 7.2.11): — Describe equipment/vehicle fueling and maintenance practices that will be implemented to eliminate the discharge of spilled or leaked chemicals (e.g., providing secondary containment (examples: spill berms, decks, spill containment pallets) and cover where appropriate, and/or having spill kits readily available. — Also, see EPA's Vehicle Maintenance and Washing Areas BMP Fact Sheet at www eQa aov/npdes/stormwater/menuofbmps/construction/vehicile maintain General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH THE CGP PART 2.3.3.1 REQUIREMENT TO "provide an effective means of eliminating the discharge of spilled or leaked chemicals, including fuel, from the area where these activities will take place" Specific Pollution Prevention Practices Pollution Prevention Practice # 1 Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE I F I I EPA SWPPP Template, Version 1.0 33 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR IInstallation 1 0 INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements IINSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] 5.4 Washing of Equipment and Vehicles Instructions (see CGP Parts 2.3.3.2 and 7.2.11): — Describe equipment/vehicle washing practices that will be used to minimize the discharge of pollutants from equipment and vehicle washing, wheel wash water, and other types of washing (e.g., locating activities away from surface waters and stormwater inlets or conveyances and directing wash waters to a sediment basin or sediment trap, using filtration devices, such as filter bags or sand filters, or using other similarly effective controls). — Describe how you will prevent the discharge of soaps, detergents, or solvents by providing either (1) cover (examples: plastic sheeting or temporary roofs) to prevent these detergents from coming into contact with rainwater, or (2) a similarly effective means designed to prevent the discharge of pollutants from these areas. — Also, see EPA's Vehicle Maintenance and Washing Areas BMP Fact Sheet at www.epa.gov/npdes/stormwater/menuofbmps/construction/vehicile_maintain General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.2 Specific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE IEPA SWPPP Template, Version 1.0 34 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR [Repeat as needed.] 5.5 Storage, Handling, and Disposal of Construction Products, Materials, and Wastes Instructions (see CGP Parts 2.3.3.3 and 7.2.11): — For any of the types of construction products, materials, and wastes below in Sections 5.5.1-5.5.6 below that are expected to be used or stored at your site, provide the information on how you will comply with the corresponding CGP provision and the specific practices that will be employed. — Also, see EPA's General Construction Site Waste Management BMP Fact Sheet at www.etpa.gov/nrpdes/`sformwater/menuofbmr)s/­consfruction/cons wasteman 5.5.1 Building Products (Note: Examples include asphalt sealants, copper flashing, roofing materials, adhesives, concrete admixtures.) General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.3.a Specific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] 5.5.2 Pesticides, Herbicides, bisecticides, Fertilizers, and Landscape Materials General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.3.b Specific Pollution Prevention Practices u L 11 I 1 I � I I EPA SWPPP Template, Version 1.0 35 . STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE I[Repeat as needed.] 5.5.3 Diesel Fuel, Oil, Hydraulic Fluids, Other Petroleum Products, and Other Chemicals i General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.3.c ISpecific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE I[Repeat as needed.] 5.5.4 Hazardous or Toxic Waste (Note: Examples include paints, solvents, petroleum -based products, wood preservatives, additives, curing compounds, acids.) General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.3.d EPA SWPPP Template, Version 1.0 36 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Specific Pollution Prevention Practices Pollution Prevention Practice # 1 Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] 5.5.5 Construction and Domestic Waste (Note: Examples include packaging materials, scrap construction materials, masonry products, timber, pipe and electrical cuttings, plastics, styrofoam, concrete, and other trash or building materials.) General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.3.e Specific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] 5.5.6 Sanitary Waste EPA SWPPP Template, Version 1.0 37 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 1 General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.3.f Specific Pollution Prevention Practices i� Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] 5.6 Washing of Applicators and Containers used for Paint, Concrete or Other Materials Instructions (see CGP Parts 2.3.3.4 and 7.2.11): — Describe how you will comply with the CGP Part 2.3.3.4 requirement to "provide an effective means of eliminating the discharge of water from the washout and cleanout of stucco, paint, concrete, form release oils, curing compounds, and other construction materials." — Also, see EPA's Concrete Washout BMP Fact Sheet at www.epa.gov/npdes/stormwater/menuofbmps/construction/concrete wash General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.3.4 ISpecific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE IInstallation IEPA SWPPP Template, Version 1.0 38 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] 5.7 Fertilizers Instructions (CGP Parts 2.3.5 and 7.2.11): Describe how you will comply with the CGP Part 2.3.5 requirement to "minimize discharges of fertilizers containing nitrogen or phosphorus" General ■ INSERT GENERAL DESCRIPTION OF HOW YOU WILL COMPLY WITH CGP PART 2.3.5 Specific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed for individual fertilizer practices.] 5.8 Other Pollution Prevention Practices Instructions: Describe any additional pollution prevention practices that do not fit into the above categories. General ■ INSERT GENERAL DESCRIPTION OF THE PROBLEM THIS CONTROL IS DESIGNED TO ADDRESS EPA SWPPP Template, Version 1.0 39 1 � I � I � I � i � i STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Specific Pollution Prevention Practices Pollution Prevention Practice # I Description ■ INSERT DESCRIPTION OF PRACTICE TO BE INSTALLED ■ IF APPLICABLE INCLUDE COPIES OF DESIGN SPECIFICATIONS HERE Installation ■ INSERT APPROXIMATE DATE OF INSTALLATION Maintenance Requirements ■ INSERT MAINTENANCE REQUIREMENTS FOR THE POLLUTION PREVENTION PRACTICE [Repeat as needed.] EPA SWPPP Template, Version 1.0 40 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR SECTION 6: INSPECTION AND CORRECTIVE ACTION 6.1 Inspection Personnel and Procedures Instructions (see CGP Parts 2.1.1.4, 2.3.2, 3.3.2, 4, 5, and 7.2.12): Describe the procedures you will follow for conducting inspections in accordance with CGP Parts 2.1.1.4, 2.3.2, 3.3.2, 4, 5, and 7.2.12. Personnel Responsible for Inspections INSERT NAMES OF PERSONNEL OR TYPES OF PERSONNEL WHO WILL BE CONDUCTING SITE INSPECTIONS HERE Note: All personnel conducting inspections must be considered a "qualified person." CGP Part 4.1.1 clarifies that a "qualified person" is a person knowledgeable in the principles and practices of erosion and sediment controls and pollution prevention, who possesses the skills to assess conditions at the construction site that could impact stormwater quality, and the skills to assess the effectiveness of any stormwater controls selected and installed to meet the requirements of this permit. Inspection Schedule Specific Inspection Frequency INSERT INSPECTION SCHEDULE BASED ON CGP PARTS 4.1.2, 4.1.3, OR 4.1.4, WHICHEVER APPLIES Rain Gauge Location (if applicable) SPECIFY LOCATIONS) OF RAIN GAUGE TO BE USED FOR DETERMINING WHETHER A RAIN EVENT OF 0.25 INCHES OR GREATER HAS OCCURRED (only applies to inspections conducted for Part 4.1.2.2, 4.1.3, or 4.1.4.2) Reductions in Inspection Frequency (if applicable) ■ For the reduction in inspections resulting from stabilization: SPECIFY (1) LOCATIONS WHERE STABILIZATION STEPS HAVE BEEN COMPLETED AND (2) DATE THAT THEY WERE COMPLETED (Note: It is likely that you will not be able to include this in your initial SWPPP. If you qualify for this reduction (see CGP Part 4.1.4.1), you will need to modify your SWPPP to include this information.) ■ For the reduction in inspections in arid, semi -arid, or drought -stricken areas: INSERT BEGINNING AND ENDING DATES OF THE SEASONALLY -DEFINED ARID PERIOD FOR YOUR AREA OR THE VALID PERIOD OF DROUGHT ■ For reduction in inspections due to frozen conditions: INSERT BEGINNING AND ENDING DATES OF FROZEN CONDITIONS ON YOUR SITE Inspection Report Forms INSERT COPY OF ANY INSPECTION REPORT FORMS YOU WILL USE HERE OR IN APPENDIX D 1 i] i EPA SWPPP Template, Version 1.0 41 I I � I STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR 6.2 Corrective Action Instructions (CGP Parts 5 and 7.2.12): — Describe the procedures for taking corrective action in compliance with CGP Part 5. Personnel Responsible for Corrective Actions INSERT NAMES OF PERSONNEL OR TYPES OF PERSONNEL RESPONSIBLE FOR CORRECTIVE ACTIONS Corrective Action Forms INSERT A COPY OF ANY CORRECTIVE ACTION FORMS YOU WILL USE HERE OR IN APPENDIX E 6.3 Delegation of Authority Instructions: Identify the individual(s) or positions within the company who have been delegated authority to sign inspection reports. — Attach a copy of the signed delegation of authority (see example in Appendix J of the Template. — For more on this topic, see Appendix I, Subsection 1 1 of EPA's CGP. Duly Authorized Representative(s) or Position(s): Insert Company or Organization Name: Insert Name: Insert Position: Insert Address: Insert City, State, Zip Code: Insert Telephone Number: Insert Fax/Email: EPA SWPPP Template, Version 1.0 42 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR SECTION 7: TRAINING Instructions (see CGP Part 6 and 7.2.13): — Complete the table below to provide documentation that the personnel required to be trained in CGP Part 6 completed the appropriate training — If personnel will be taking course training (which is not required as part of the CGP), consider using Appendix I to track completion of this training — The following personnel, at a minimum, must be receive training, and therefore should be listed out individually in the table below: ✓ Personnel who are responsible for the design, installation, maintenance, and/or repair of stormwater controls (including pollution prevention measures); ✓ Personnel responsible for the application and storage of treatment chemicals (if applicable); ✓ Personnel who are responsible for conducting inspections as required in Part 4.1.1; and ✓ Personnel who are responsible for taking corrective actions as required in Part 5. — CGP Part 6 requires that the required personnel must be trained to understand the following if related to the scope of their job duties: ✓ The location of all stormwater controls on the site required by this permit, and how they are to be maintained; ✓ The proper procedures to follow with respect to the permit's pollution prevention requirements; and ✓ When and how to conduct inspections, record applicable findings, and take corrective actions. Table 7-1: Documentation for Completion of Traininz Name Date Training Completed INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE 1 'I EPA SWPPP Template, Version 1.0 43 i I 1 'I 11 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE INSERT NAME OF PERSONNEL HERE INSERT COMPLETION DATE HERE IEPA SWPPP Template, Version 1.0 44 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR SECTION 8: CERTIFICATION AND NOTIFICATION Instructions (CGP Appendix I, Part, I.11.1b): — The following certification statement must be signed and dated by a person who meets the requirements of Appendix I, Part 1.1 1.b. — This certification must be re -signed in the event of a SWPPP Modification. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Name: Signature: Title: [Repeat as needed for multiple construction operators at the site.] Date: 11 1 f] EPA SWPPP Template, Version 1.0 45 F1 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR SWPPP APPENDICES Attach the following documentation to the SWPPP: Appendix A — Site Maps Appendix B — Copy of 2012 CGP Appendix C — NOI and EPA Authorization Email Appendix D — Inspection Form (Note: EPA is in the process of developing a sample inspection form for use by CGP permittees. The form will be made available at http://cfpub.epa.gov/npdes/stormwater/cgp.cfm.) Appendix E —Corrective Action Form (Note: EPA is in the process of developing a sample corrective action form for use by CGP permittees. The form will be made available at http://cfpub.epa.gov/npdes/stormwater/cgp.cfm.) Appendix F — SWPPP Amendnnent Log Appendix G — Subcontractor Certifications/Agreements Appendix H — Grading and Stabilization Activities Log Appendix I — Training Log Appendix J—Delegation of Authority Appendix K — Endangered Species Documentation Appendix L — Historic Preservation Documentation EPA SWPPP Template, Version 1.0 46 STORMWATER POLLUTION PREVENTION PLAN SWPPP CONSTRUCT NORTHSIDE CONNECTOR Appendix A — Site Maps INSERT SITE MAPS CONSISTENT WITH TEMPLATE SECTION 2.6 I� F1 EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR IAppendix B — Copy of 2012 CGP IINSERT COPY OF 2012 CGP 1� C . I IEPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN SWPPP , CONSTRUCT NORTHSIDE CONNECTOR Appendix C — Copy of NOI and EPA Authorization email I INSERT COPY OF NOI AND EPA'S AUTHORIZATION EMAIL PROVIDING COVERAGE UNDER THE CGP I I I Li EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR IAppendix D — Copy of Inspection Form IINSERT COPY OF ANY INSPECTION FORMS YOU WILL USE TO PREPARE INSPECTION REPORTS I 11 I 1 EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN SWPPP CONSTRUCT NORTHSIDE CONNECTOR Appendix E — Copy of Corrective Action Form INSERT COPY OF CORRECTIVE ACTION FORMS YOU WILL USE I I u 1 EPA SWPPP Template, Version 1.0 I Appendix F-Sample SWPPP Amendment Log i� ii STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Instructions (see CGP Part 7.4): - Create a log here of changes and updates to the SWPPP. You may use the table below to track these modifications. - SWPPP modifications are required pursuant to CGP Part 7.4.1 in the following circumstances: ✓ Whenever new operators become active in construction activities on your site, or you make changes to your construction plans, stormwater control measures, pollution prevention measures, or other activities at your site that are no longer accurately reflected in your SWPPP; ✓ To reflect areas on your site map where operational control has been transferred (and the date of transfer) since initiating permit coverage; ✓ If inspections or investigations determine that SWPPP modifications are necessary for compliance with this permit; ✓ Where EPA determines it is necessary to impose additional requirements on your discharge; and ✓ To reflect any revisions to applicable federal, state, tribal, or local requirements that affect the stormwater control measures implemented at the site. - If applicable, if a change in chemical treatment systems or chemically -enhanced stormwater control is made, including use of a different treatment chemical, different dosage rate, or different area of application. No. Description of the Amendment Date of Amendment Amendment Prepared by [Name(s) and Title] I EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Fi Appendix G —Sample Subcontractor Certifications/Agreements SUBCONTRACTOR CERTIFICATION STORMWATER POLLUTION PREVENTION PLAN Project Number: Project Title: Operator(s): As a subcontractor, you are required to comply with the Stormwater Pollution Prevention Plan (SWPPP) for any work that you perform on -site. Any person or group who violates any condition of the SWPPP may be subject to substantial penalties or loss of contract. You are encouraged to advise each of your employees working on this project of the requirements of the SWPPP. A copy of the SWPPP is available for your review at the office trailer. Each subcontractor engaged in activities at the construction site that could impact stormwater must be identified and sign the following certification statement: I certify under the penalty of law that I have read and understand the terms and conditions of the SWPPP for the above designated project and agree to follow the practices described in the SWPPP. This certification is hereby signed in reference to the above named project: Company: Address: Telephone Number: Type of construction service to be provided: 11 1 I EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR ISignature: I Title: I Date: �I F I EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Appendix H —Sample Grading and Stabilization Activities Log Date Grading Activity Initiated Description of Grading Activity Description of Stabilization Measure and Location Date Grading Activity Ceased (Indicate Temporary or Permanent) Date When Stabilization Measures Initiated EPA SWPPP Template, Version 1.0 M M r' Ml = M = M STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Date Grading Activity Initiated Description of Grading Activity Description of Stabilization Measure and Location Date Grading Activity Ceased (Indicate Temporary or Permanent) Date When Stabilization Measures Initiated EPA SWPPP Template, Version STORMWATER POLLUTION PREVENTION PLAN (SWPPP) CONSTRUCT NORTHSIDE CONNECTOR Appendix I —Sample SWPPP Training Log Stormwater Pollution Prevention Training Log Project Name: Project Location: Instructor's Name(s): Instructor's Title(s): Course Location: Date: Course Length (hours): Stormwater Training Topic: (check as appropriate) ❑ Sediment and Erosion ❑ Emergency Procedures Controls ❑ Stabilization Controls ❑ Inspections/Corrective Actions ❑ Pollution Prevention Measures Specific Training Objective: Attendee Roster: (attach additional pages as necessary) EPA SWPPP Template, Version 1.0 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) ' CONSTRUCT NORTHSIDE CONNECTOR i� 11 No. Name of Attendee Company 1 2 3 4 5 6 7 8 I EPA SWPPP Template, Version 1.0 Appendix J — Sample Delegation of Authority Form Delegation of Authority I, (name), hereby designate the person or specifically described position below to be a duly authorized representative for the purpose of overseeing compliance with environmental requirements, including the Construction General Permit, at the construction site. The designee is authorized to sign any reports, stormwater pollution prevention plans and all other documents required by the permit. (name of person or position) (company) (address) (city, state, zip) (phone) By signing this authorization, I confirm that I meet the requirements to make such a designation as set forth in Appendix I of EPA's Construction General Permit (CGP), and that the designee above meets the definition of a "duly authorized representative" as set forth in Appendix 1. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Name: Company: _ Title: Signature: Date: �I Appendix K — Endangered Species Documentation INSERT DOCUMENTATION CONSISTENT WITH SWPPP TEMPLATE SECTION 3.1 Appendix L — Historic Properties Documentation INSERT DOCUMENTATION CONSISTENT WITH SWPPP TEMPLATE SECTION 3.2 I l� �I k k P u fl Appendix B — Sample Submittal Form Project Title: Delta Project #: Submittal #: Submittal Description: Bid / Pay Item #: Specification Section: Drawing Sheet #: Date: Sample Submittal Form CONTRACTOR CERTIFICATIONS: 1. This shop drawing has been reviewed by LName of Contractor7 and approved with respect to the means, methods, techniques, sequences, procedures of construction, safety precautions and programs incidental thereto. (Name of Contractor] also warrants that this shop drawing complies with the contract documents and comprises no variations thereto, unless noted below. 2. Name of Contractor) certifies that this shop drawing complies with the buy America steel and manufactured products provisions of the Aviation Safety and Capacity Expansion Act of 1991. In accordance with this Act, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components mean those articles, materials, and supplies incorporated directly into steel and manufactured products. The cost of components means the cost for production of the components, exclusive of final assembly. The approximate percent of produce or manufacture in the United States is: % Signature: Printed Name: _ Company Name: II� PROPOSED VARIATIONS OR SUBSTITUTIONS: Date: F, Appendix C — AC 150/5370-2F, "Operational Safety on Airports During ' Construction I I 11 1 R 1 e I L� 11 I U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-2F Airports During Construction Initiated by: AAS-100 1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving finds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." While we do not require non -certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix I contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Michael J. onnell Director of Airport Safety and Standards I a I )Iuuig 1p'l iIIguoilua;ul I t 11 11 1 IOZ `6Z aogwoldoS AZ-OL£9/09I Od I�L I t H I A Ll I 1 29, 2011 Table of Contents AC 150/5370-2F Chapter 1. Planning an Airfield Construction Project 1 101. Overview. 1 102. Plan for Safety. 1 103. Develop a Construction Safety and Phasing Plan (CSPP). 2 104. Who Is Responsible for Safety During Construction? 3 Chapter 2. Construction Safety and Phasing Plans 7 201. Overview. 7 202. Assume Responsibility. 7 203. Submit the CSPP. 7 204. Meet CSPP Requirements. 7 205. Coordination. 11 206. Phasing. 11 207. Areas and Operations Affected by Construction Activity. 12 208. Navigation Aid (NAVAID) Protection. 13 209. Contractor Access. 13 210. Wildlife Management. 15 211. Foreign Object Debris (FOD) Management. 16 212. Hazardous Materials (HAZMAT) Management. 16 213. Notification of Construction Activities. 16 214. Inspection Requirements. 17 215. Underground Utilities. 17 216. Penalties. 17 217. Special Conditions. 17 218. Runway and Taxiway Visual Aids. 18 219. Marking and Signs for Access Routes. 24 220. Hazard Marking, Lighting and Signing. 24 221. Protection of Runway and Taxiway Safety Areas. 26 222. Other Limitations on Construction. 28 Chapter 3. Guidelines for Writing a CSPP 31 301. General Requirements. 31 302. Applicability of Subjects. 31 303. Graphical Representations. 31 304. Reference Documents. 31 305. Restrictions. 31 306. Coordination. 31 307. Phasing. 32 308. Areas and Operations Affected By Construction. 32 309. Navigation Aid (NAVAID) Protection. 33 310. Contractor Access. 33 311. Wildlife Management. 34 312. Foreign Object Debris (FOD) Management. 34 313. Hazardous Materials (HAZMAT) Management. 34 314. Notification of Construction Activities. 35 315. Inspection Requirements. 35 316. Underground Utilities. 35 317. Penalties. 35 318. Special Conditions. 35 319. Runway and Taxiway Visual Aids. 35 320. Marking and Signs for Access Routes. 36 321. Hazard Marking and Lighting. 36 322. Protection of Runway and Taxiway Safety Areas. 36 323. Other Limitations on Construction. 36 Appendix 1. Related Reading Material 37 1 ui AC 150/5370-217 September 29, 2011 Appendix 2. Definition of Terms 39 Appendix 3. Safety and Phasing Plan Checklist 43 Appendix 4. Construction Project Daily Safety Inspection Checklist 51 List of Tables Table 3-1 Sample Operations Effects......................................................................................................... 32 List of Figures Figure 2-1 Markings for a Temporarily Closed Runway............................................................................19 Figure2-2 Taxiway Closure.......................................................................................................................20 Figure2-3 Lighted X in Daytime................................................................................................................22 Figure2-4 Lighted X at Night..................................................................................................................... 22 Figure 2-5 Interlocking Barricades............................................................................................................. 25 Figure2-6 Low Profile Barricades..............................................................................................................25 iv ISeptember 29, 2011 AC 150/5370-2F Chapter 1. Planning an Airfield Construction Project 101. Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction'activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Reference Code (ACRC) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)r for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, ' Taxiway Design Group will be introduced in AC 150/5300-13A. I1 Chapter 1 Planning an Airfield Construction Project September 29, 2011 and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project "scope development" phase of any project requiring a CSPP. Provide documents identified by the FAA as necessary to conduct SRM. Participate in the SRM process for airport projects. Provide a representative to participate on the SRM panel. (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Requirements. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project 1 September 29, 2.011 1 AC 150/5370-2F c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before.contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 104. Who Is Responsible for Safety During Construction? a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. ' (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. (6) Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 1 3 Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. (10) At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). Ensure Notice of Proposed Construction or Alteration (Form (14) prompt submittal of a 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: Submit Safety Plan Compliance Document (SPCD) to the airport operator describing r (1) a how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re - coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity -that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on - site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project 4 September 29, 2011 AC 150/5370-2F (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring ✓ construction must: (1) Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. 1 'J D 1 (4) Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on - site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. I Chapter 1 Planning an Airfield Construction Project 0 i tOZ `6Z aaq ;oefoid uoi;onaisuoD plagard un Ouiuuuld i aeldugD )Iuulg 33a'I SItuuo►;ua;ul dZ-OLM091 DV Ll ISeptember 29, 2011 1 I 1 I 11 I t AC 150/5370-2F Chapter 2. Construction Safety and Phasing Plans Section 1. Basic Considerations 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. b. Submit a Construction Safety and Phasing Plan (CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80% to 90% complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. a. To the extent possible, the CSPP should address the following as outlined in Section 2, Plan Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. (1) Coordination. 7 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F 211 (3) (4) (5) (6) (7) (8) (9) (10) (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. Phasing. (a) Phase elements. (b) Construction safety drawings Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. Protection of navigation aids (NAVAIDs). ber 29, 2011 1 I 1 Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. Wildlife management. (a) Trash. (b) Standing water. (c) Tall grass and seeds. Poorly fencing (d) maintained and gates. (e) Disruption of existing wildlife habitat. Foreign Object Debris (FOD) management. Hazardous materials (HAZMAT) management Notification of construction activities. (a) Maintenance of a list of responsible representatives/ points of contact. (b) Notices to Airmen (NOTAM). (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. Inspection requirements. Daily frequent) inspections. (a) (or more (b) Final inspections. Underground utilities. Penalties. Special conditions. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. Chapter 2 Construction Safety and Phasing Plans 8 September 29, 2011 AC 150/5370-2F (a) General. (b) Markings. (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) Purpose. (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces (a) Runway Safety Area (RSA). (b) Runway Object Free Area (ROFA). (c) Taxiway Safety Area (TSA). (d) Taxiway Object Free Area (TOFA). (e) Obstacle Free Zone (OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I, Name of Contractor, have read the Title of Project CSPP, approved on Date, and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. 1 9 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (iii) Modified runway "Aircraft Reference Code" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). (b) Listing of individuals requiring driver training (for certificated airports and as requested). (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 1 Fi 1 LJ 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-217 (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VLSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations I11 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances (if applicable) • Required hazard marking and lighting • Lead times for required notifications ber 29, 2011 1 b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take -off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. (4) Interruption of utilities, including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. (6) Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 F� 1 ISeptember 29, 2011 AC 150/5370-2F (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 1 208. Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3) below.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should ' provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by ' 13 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 construction personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) below for further information. (3) Access and haul roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT (iii) Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. (iv) Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Chapter 2 Construction Safety and Phasing Plans 14 I H I 1 t I September 29, 2011 AC 150/5370-2F (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d) Proper radio usage, including read back requirements. (e) Proper phraseology, including the International Phonetic Alphabet. (f) Light gun signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings." This safety placard may be downloaded through the Runway Safety Program Web site at littp://www.faa.gov/airpoi-ts/ runway safety/publications/ (See "Signs & Markings Vehicle Dashboard Sticker".) or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport, including: (a) Fencing and gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. 1 (b) Badging requirements. (c) Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 210. Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 1 15 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. A. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants, or • The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 1 ri 1 1 1 1 September 29, 2011 AC 150/5370-2F parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa. ov. I (2) Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDS, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of more than 24 hours, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior ' to facility shutdown. (b) FAA owned. ' (i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDS. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the airport operator.) (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. 214. Inspection Requirements. a. Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self -Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. ' 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical ' Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the 1 17 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDS remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDS must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1) Closed Runways and Taxiways. I ii I] I (a) Permanently Closed Runways. For runways, obliterate the threshold marking, , runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m) intervals. 1 Chapter 2 Construction Safety and Phasing Plans 18 it fJ 11 I 11 September 29, 2011 AC 150/5370-2F (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates. Figure 2-1 Markings for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. 1 19 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-217 September 29, 2011 (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. Chapter 2 Construction Safety and Phasing Plans 20 �l n 1 September 29, 2011 AC 150/5370-2F (2) If unable to paint temporary markings on the pavement, construct them from any of the ' following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. ' (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, ' temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on -pavement markings. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-term temporary runway and taxiway ' markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. ' c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway ' and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, ' identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. ' (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 1 1 21 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-217 September 29, 2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or F1 1 I I Chapter 2 Construction Safety and Phasing Plans September 29, 2011 AC 150/5370-2F taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For ' both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. ' (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part ' 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary, threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the frill -strength pavement only when they cannot be installed on the ' pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in (7.6 cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. ' (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. (g) Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. (h) Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other ' airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. 0) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways. If possible, deactivate' the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), 1 23 Chapter 2 Construction Safety and Phasing Plans 1 AC 150/5370-2F September 29, 2011 cover the light fixture in such a way as to prevent light leakage. d. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or'flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs (for example "No Entry," "No Vehicles") as necessary. (4) Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and Chapter 2 Construction Safety and Phasing Plans 24 I 1 I Fi f] I 1� LI I� I� September 29, 2011 AC 150/5370-2F white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area — Other. Beyond runway and taxiway object free areas and I ? Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. (7) Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4) Excavations. (a) Open trenches or excavations are not permitted within the RSA while the runway is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. Chapter 2 Construction Safety and Phasing Plans 26 1 1 F i� September 29, 2011 AC 150/5370-217 b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. (4) Excavations. (a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while ' the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 1 ' 27 Chapter 2 Construction Safety and Phasing Plans Ll AC 150/5370-2F September 29, 2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have frill use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. f. Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds.: Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property Chapter 2 Construction Safety and Phasing Plans 28 F� I 7 ' September 29, 2011 AC 150/5370-217 See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) Construction suspension required during specific airport operations. (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. 1 29 Chapter 2 Construction Safety and Phasing Plans 1 0£ suBld i?u►sugd puL' /�40JVS uoilonaisuoD Z aaldugD IIuulg I3a'I siluuoi;ualul II IOZ `6Z joquio doS AZ-OL£SIM OV 1 ber 29, 2011 Chapter 3. Guidelines for Writing a CSPP AC 150/5370-2F 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center (SSQ to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings." All other applicable sections should include a reference to Section 11: "ILS cables shall be identified and protected as described in Section ]]"or "See Section ]]for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. ' 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. ' 305. Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built") features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both ' before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. 31 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Project Runway 15-33 Reconstruction Phase Phase 11: Reconstruct Runway 15 End Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Scope of Work Cement Concrete (PCC). Operational Requirements Normal (Existing) Phase II (Anticipated) Carrier: 52 /day Carrier: 52 / day Runway 15 Average Aircraft Operations GA: 26 /day GA: 20 / day Military: 11 /day Military: 0 /day Carrier: 40 /day Carrier: 20 /day Runway 33 Average Aircraft Operations GA: 18 /day GA: 5 /day Military: 10 /day Military: 0 /day Runway 15-33 ARC C-IV C-IV Runway 15 Approach Visibility 3/4 mile 1 mile Minimums Runway 33 Approach Visibility 3/4 mile I mile Minimums Runway 15 Declared Distances TORA: 7,820 TORA: 6,420 TODA: 7,820 TODA: 6,420 ASDA: 7,820 ASDA: 6,420 LDA: 7,820 LDA: 6,420 Runway 33 Declared Distances TORA: 8,320 TORA: 6,920 TODA: 8,320 TODA: 6,920 ASDA: 8,320 ASDA: 6,920 LDA: 7,820 LDA: 6,420 Runway 15 Approach Procedures ILS LOC only RNAV N/A VOR N/A ILS Visual only Runway 33 Approach Procedures RNAV N/A VOR N/A Runway 15 NAVAIDs ILS/DME, MALSR, RVR LOC/DME, PAPI (temp), RVR Chapter 3 Guidelines for Writing a CSPP 32 ber 29, 2011 AC 150/5370-2F Runway 33 NAVAIDs IL.S/DME,RMARLSF, PAPI, MALSF, PAPI, RVR Taxiway G ADG IV IV (N/A between T/W H and R/W 15 end) Taxiway E ADG IV IV ATCT (hours open) 06:00 — 24:00 local 06:00 — 24:00 local ARFF Index D D Air National Guard (ANG) Military operations relocated to Special Conditions military operations alternate ANG Base Airline XYZ requires VGSI Airline XYZ requires VGSI Complete the following chart for each phase to determine the area that must be protected along the runway edges: Runway Aircraft Approach Category* A, B, C, or D Airplane Design Group I, II, III, or IV RSA Width in Feet Divided by 2* *See AC 150/5300-13 to complete the chart for a specific runway. Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Runway End Airplane Aircraft Approach Minimum Safety Area Minimum Distance to Threshold Number Design Group* p Category* Prior to the Based on Required Approach I, 11, 111, or IV A, B, C, or D Threshold* Slope* ft ft :l ft ft :l ft ft :l ft ft j:l *See AC 150/5300-13 to complete the chart for a specific runway. 309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be ' affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of seriice. Include a reference to paragraph 306 above for FAA ATO ' NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. ' 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide 1 33 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 t sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: ' a. Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for ' provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to indicate the stockpile locations. graphically b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of 1 the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from , unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying ' Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. ' c. Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor , Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by t radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio I frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. ' 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a , reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and ' monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be t Chapter 3 Guidelines for Writing a CSPP 34 September 29, 2011 AC 150/5370-2F identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on -duty and off -duty contact ' information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each ' specific type of Notice to Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at ' certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to ' paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations (VPD), and others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio ' communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. 1 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. hiclude a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backflll. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 1 Ll a September 29, 2011 AC 150/5370-2F Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/airports/. AC Title and Description AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. Airport Winter Safety and Operations AC 150/5200-30 Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. Hazardous Wildlife Attractants On or Near Airports AC 150/5200-33 Guidance on locating certain land uses that might attract hazardous wildlife to public - use airports. Painting, Marking, and Lighting of Vehicles Used on an Airport. AC 150/5210-5 Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. Ground Vehicle Operations on Airports AC 150/5210-20 Guidance to airport operators on developing ground vehicle operation training programs. Airport Design FAA standards and recommendations for airport design, establishes approach visibility AC 150/5300-13 minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5310-24 Airport Foreign Object Debris Management Guidance for developing and managing an airport foreign object debris (FOD) program Water Supply Systems for Aircraft Fire and Rescue Protection. AC 150/5220-4 Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution AC 150/5320-15 Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for markings used on airport runways, taxiways, and aprons. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. Precision Approach Path Indicator (PAPI) Systems AC 150/5345-28 FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. 1 37 Appendix 1 Related Reading Material AC 150/5370-2F September 29, 2011 AC Title and Description AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/534544 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/. Appendix I Related Reading Material 38 I ISeptember 29, 2011 AC 150/5370-217 F 1 I 1 1 1 1 Appendix 2. Definition of Terms Term Definition Notice Of Proposed Construction Or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable 7460-1 airspace, as defined in 14 CFR Part 77, safe, efficient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gov.) The form may be downloaded at http://www.faa.izov/airports/resources/forms/, or filed electronically at: https://oeaaa.faa.gov. Notice Of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction 7480-1 of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa..P,ov/airports/resources/forms/. AC Advisory Circular ACRC Aircraft Reference Code ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard Air Operations Area. Any area of the airport used or intended to be used for the AOA landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. Construction Safety And Phasing Plan. The overall plan for safety and phasing of a CSPP construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 1 39 Appendix 2 Definition of Terms AC 150/5370-2F ber 29, 2011 Term Definition CTAF Common Traffic Advisory Frequency A threshold that is located at a point on the runway other than the designated Displaced Threshold beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris HAZMAT Hazardous Materials IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array The runways, taxiways, and other areas of an airport that are used for taxiing or hover Movement Area taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid An area of defined shape and size associated with a NAVAID that must remain clear NAVAID Critical Area and graded to avoid interference with the electronic signal. The area inside the airport security fence exclusive of the Movement Area. It is Non -Movement Area important to note that the non -movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, Obstruction subpart C. OE / AAA Obstruction Evaluation / Airport Airspace Analysis Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area OFA free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13, for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in OFZ the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group Appendix 2 Definition of Terms 40 1 1 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 1 I I 1 1 I 1 September 29, 2011 AC 150/5370-2F Term Definition PAPI Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. SIDA Security Identification Display Area SMS Safety Management System SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management Taxiway Safety Area A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway End The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicators 1 41 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 Term Definition Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPI), VGSI visual approach slope indicators (VASI), and pulse light approach slope indicators (PLASI). VFR Visual Flight Rules VOR VHF Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation Appendix 2 Definition of Terms 7 L 1 1 1 1 1 C 1 1 1 1 42 1 I ASeptember 29, 2011 AC 150/5370-2F Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not as a required submittal. Coordination Reference Addressed Remarks General Considerations Requirements for predesign, prebid, and preconstruction conferences to introduce the 205 ❑ ❑ ❑ subject of airport operational safety during construction are specified. Yes No NA Operational safety is a standing agenda item for 205 ❑ ❑ ❑ construction progress meetings. Yes No I NA Scheduling of the construction phases is properly 206 ❑ ❑ ❑ addressed. Yes No NA Areas and Operations Affected by Construction Activity Drawings showing affected areas are included. 207.a ❑ ❑ ❑ Yes No NA Closed or partially closed runways, taxiways, 207.a(1) El El ❑ and aprons are depicted on drawings. Yes No NA Access routes used by ARFF vehicles affected 207.a(2) ❑ ❑ ❑ by the project are addressed. Yes No NA Access routes used by airport and airline support 207.a(3) ❑ ❑ ❑ vehicles affected by the project are addressed. Yes No NA Underground utilities, including water supplies 207.a(4) El ❑ ❑ for fire fighting and drainage. Yes No NA Approach/departure surfaces affected by heights 207.a(5) ❑ ❑ ❑ of temporary objects are addressed. Yes No NA Construction areas, storage areas, and access ❑ ❑ ❑ routes near runways, taxiways, aprons, or 207.a helipads are properly depicted on drawings. Yes No NA Temporary changes to taxi operations are 207.b(1) ❑ ❑ ❑ addressed. Yes No NA 1 43 Appendix 3 Safety and Phasing Plan Checklist 1 AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks Detours for ARFF and other airport vehicles are 207.b(2) El El Elidentified. Yes No NA Maintenance of essential utilities and 207.b(3) El ❑ ❑ underground infrastructure is addressed. Yes No NA Temporary changes to air traffic control 207.b(4) ❑ ❑ ❑ procedures are addressed. Yes No NA NAVAIDS Critical areas for NAVAIDs are depicted on 2208 ❑ ❑ ❑ drawings. Yes No NA Effects of construction activity on the ❑ ❑ ❑ performance of NAVAIDS, including 208 unanticipated power outages, are addressed. Yes No NA Protection of NAVAID facilities is addressed. 208 ❑ ❑ ❑ Yes No NA The required distance and direction from each ❑ ❑ ❑ NAVAID to any construction activity is depicted 208 on drawings. Yes No NA Procedures for coordination with FAA 208, 213.a, ❑ ❑ ❑ ATO/Technical Operations, including 213.e(3)(a), identification of points of contact, are included. 218.a Yes No NA Contractor Access The CSPP addresses areas to which contractor ❑ ❑ ❑ will have access and how the areas will be 209 accessed. Yes No NA The application of 49 CFR Part 1542 Airport 209 ❑ ❑ ❑ Security, where appropriate, is addressed. Yes No NA The location of stockpiled construction materials 209.a El ❑ ❑ is depicted on drawings. Yes No NA The requirement for stockpiles in the ROFA to 209.a ❑ ❑ Elbe approved by FAA is included. Yes No NA Requirements for proper stockpiling of materials 209.a ❑ ❑ ❑ are included. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 44 1 1 1 L] 1 1 u h 1 1 September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks Construction site parking is addressed. 209.b(1) ❑ ❑ ❑ Yes No NA Construction equipment parking is addressed. 209.b(2) ❑ ❑ ❑ Yes No NA Access and haul roads are addressed. 209.b(3) ❑ ❑ ❑ Yes No NA A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, 209.b(4) ❑ ❑ ❑ Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Yes No NA Proper vehicle operations, including 209.b(5), ❑ ❑ ❑ requirements for escorts, are described. 209.b(6) Yes No NA Training requirements for vehicle drivers are 209.b(7) ❑ ❑ ❑ addressed. Yes No NA Two-way radio communications procedures are 209.b(9) ❑ ❑ ❑ described. Yes No NA Maintenance of the secured area of the airport is 209.b(10) ❑ ❑ ❑ addressed. Yes No NA Wildlife Management The airport operator's wildlife management 210 ❑ ❑ ❑ procedures are addressed. Yes No NA Foreign Object Debris Management The airport operator's FOD management 21 1 ❑ ❑ ❑ procedures are addressed. Yes No NA Hazardous Materials Management The airport operator's hazardous materials 2)12 ❑ ❑ ❑ management procedures are addressed. Yes No NA Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions 213 ❑ ❑ ❑ adversely affecting the operational safety of the airport are detailed. Yes No NA 1 45 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F ber 29, 2011 Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of the responsible representatives/points of contact ❑ ❑ El all involved parties and procedures for 213.a contacting them 24 hours a day, seven days a Yes No NA week is specified. A list of local ATO/Technical Operations 213.a El ❑ ❑ personnel is included. Yes No NA A list of ATCT managers on duty is included. 213.a ❑ ❑ ❑ Yes No NA A list of authorized representatives to the OCC is 213.b ❑ ❑ ❑ included. Yes No NA Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of 208, 213.b, ❑ ❑ ❑ NOTAMS about airport conditions resulting 218.b(4)(i) from construction are included. Yes No NA Provision of information on closed or hazardous ❑ ❑ ❑ conditions on airport movement areas by the 213.b airport operator to the OCC is specified. Yes No NA Emergency notification procedures for medical, 213.c ❑ ❑ ❑ fire fighting, and police response are addressed. Yes No NA Coordination with ARFF personnel for non- 213.d ❑ ❑ ❑ emergency issues is addressed. Yes No NA Notification to the FAA under 14 CFR parts 77 213.e ❑ ❑ ❑ and 157 is addressed. Yes No NA Reimbursable agreements for flight checks ❑ ❑ ❑ and/or design and construction for FAA owned 213.e(3)(b) NAVAIDs are addressed. Yes No NA Inspection Requirements Daily inspections by both the airport operator 214.a ❑ El ❑ and contractor are specified. Yes No NA Final inspections at certificated airports are 214.b El El ❑ specified when required. Yes No NA Underground Utilities Procedures for protecting existing underground 2)15 ❑ ❑ ❑ facilities in excavation areas are described. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 46 1 i 1 1 1 1 1 1 1 1 1 1 I I L, 'I 1 September 29, 2011 AC 150/5370-217 Coordination Reference Addressed Remarks Penalties Penalty provisions for noncompliance with ❑ ❑ ❑ airport rules and regulations and the safety plans 216 are detailed. Yes No NA Special Conditions Any special conditions that affect the operation ❑ ❑ ❑ of the airport or require the activation of any 217 special procedures are addressed. Yes No NA Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport El ❑ ❑ markings, lighting, signs, and visual NAVAIDs 218.a is addressed. Yes No NA Frangibility of airport markings, lighting, signs, 218.a, 218.c, ❑ ❑ ❑ and visual NAVAIDs is specified. 219, 220.b(4) Yes No NA The requirement for markings to be in ❑ ❑ ❑ compliance with AC 150/5340-1, Standards for 218.b Airport Markings is specified. Yes No NA The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, 218.b(1)(f) ❑ ❑ ❑ Specification for Portable Runway and Taxiway Lights, and AC 150/5345-53 Airport Lighting Yes No NA Certification Program, is specified. The use of a lighted X is specified where 218.b(1)(b), ❑ ❑ ❑ appropriate. 218.b(3) Yes No NA The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for 218.c ❑ ❑ El Airport Sign Systems, and AC 150/5345-53, Airport Lighting Certification Program, is Yes No NA specified. Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should ❑ ❑ ❑ conform to AC 150/5340-18 and, to the extent 219 practicable, with the MUTCD and/or State Yes No NA highway specifications. Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is 220a ❑ ❑ ❑ normally accessible to aircraft, personnel, or . vehicles are specified. Yes No NA 1 47 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F 29, 2011 Coordination Reference Addressed Remarks Hazard marking and lighting are specified to El ❑ El open manholes, small areas under repair, �?O.a stockpiled material, and waste areas. Yes No NA The CSPP considers less obvious construction- 220.a ❑ ❑ ❑ related hazards. Yes No NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.b(1) ❑ El ❑ subjected to typical winds, prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a ❑ ❑ ❑ breach is physically prevented barring a 220.b(1) deliberate act. Yes No NA Red lights meeting the luminance requirements 220.b(2) El ❑ El of the State Highway Department are specified. Yes No NA Barricades, temporary markers, and other objects placed and left in areas adjacent to any open ❑ ❑ ❑ runway, taxiway, taxi lane, or apron are specified 220.b(4) to be as low as possible to the ground, and no Yes No NA more than 18 in high. Barricades marked with diagonal, alternating orange and white stripes are specified to indicate 220.b(4) ❑ ❑ ❑ construction locations in which no part of an aircraft may enter. Yes No NA Highly reflective barriers with lights are ❑ ❑ ❑ specified to barricade taxiways leading to closed 220.b(5) runways. Yes No NA Markings for temporary closures are specified. 220.b(5) ❑ ❑ ❑ Yes No NA The provision of a contractor's representative on call 24 hours a day for emergency maintenance 220.b(7) ❑ ❑ ❑ of airport hazard lighting and barricades is specified. Yes No NA Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1), ❑ ❑ ❑ runway or taxiway is open for aircraft 221.c(1) operations. Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA 221.a(2), El ❑ ❑ dimensions with the ATCT and the appropriate 221.c(2) FAA Airports Regional or District Office and Yes No NA issues a local NOTAM. Appendix 3 Safety and Phasing Plan Checklist 48 1 1 n t 1 1 1 I E F1 P Ell September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks Procedures for ensuring adequate distance for protection from blasting operations, if required 221.c(3) ❑ ❑ ❑ by operational considerations, are detailed. Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety 22 La(4) ❑ ❑ ❑ area while the associated runway or taxiway is open. Yes No NA Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the 22 La(4) ❑ ❑ ❑ associated runway or taxiway is open is detailed. Yes No NA The CSPP includes provisions for prominent marking of open trenches and excavations at the 22 La(4) ❑ ❑ ❑ construction site. Yes No NA Grading and soil erosion control to maintain 221.c(5) ❑ ❑ ❑ RSA/TSA standards are addressed. Yes No NA The CSPP specifies that equipment is to be 22 Lb ❑ ❑ ❑ removed from the ROFA when not in use. Yes No NA The CSPP clearly states that no construction may occur within a taxiway safety area while the 22 Lc El El ❑ taxiway is open for aircraft operations. Yes No NA Appropriate details are specified for any construction work to be accomplished in a 22 Ld ❑ ❑ ❑ taxiway object free area. Yes No NA Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or 22 Le El El ❑ threshold siting surfaces while the runway is open for aircraft operations are included. Yes No NA Provisions for protection of runway approach/departure areas and clearways are 221.17 ❑ ❑ ❑ included. Yes No NA Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety 222 a(2) ❑ ❑ ❑ precautions are provided and the airport operator has approved their use. Yes No NA The CSPP prohibits the use of flare pots within El El ❑ the AOA at any time. 222.a(4) Yes No I NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport 222.a(3) ❑ ❑ ❑ property. Yes No NA 1 49 Appendix 3 Safety and Phasing Plan Checklist i ber 29, 2011 AC 150/5370-2F Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions Item Action Required or None Excavation adjacent to runways, taxiways, and aprons ❑ improperly backfilled. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, ❑ taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding ❑ 3 in (7.6 cm) from pavement edges and ends. Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures ❑ areas, or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the ❑ monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and ❑ similar objects — located in critical areas, such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, ❑ on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, ❑ paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. 51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F ber 29, 2011 Item Action Required or None Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass Elseeds, tall grass, or standing water — on or near airports. Obliterated or faded temporary markings on active ❑ operational areas. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related El airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / ❑ taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the ❑ runway / taxiway system or airport buildings. Lack of radio communications with construction vehicles in airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport ❑ that could be distracting, confusing, or alarming to pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 C? 1 I I 1 u 1 September 29, 2011 AC 150/5370-2F Item Action Required or None Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated ❑ work areas and out of phase. 1 53 Appendix 4 Construction Project Daily Safety Inspection Checklist u 1 d I I I fi` Is111334D uoi;aadsul 443jus XPUG ;aafoad uoilanllsuoD b x►puaddy 3luul8 lja-I'CIluuollua;ul II I OZ `6Z iaqwaldas rIZ-OL£S/OS l DV Appendix D — Construction Safety & Phasing Plan (CSPP) 1 F, 1 I 1 'I Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport TABLE OF CONTENTS INTRODUCTION............................................................................................................................ 3 PROJECTSCOPE.......................................................................................................................... 3 1. COORDINATION...........................:........................................................................................ 4 2. PHASING (CONSTRUCTION SEQUENCING)...................................................................... 5 3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY ........................ 6 4. NAVIGATION AIDS (NAVAIDS) PROTECTION.................................................................... 7 5. CONTRACTOR ACCESS....................................................................................................... 7 6. WILDLIFE MANAGEMENT.................................................................................................. 10 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT.......................................................... 11 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT.................................................... 11 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES........................................................... 11 10. INSPECTION REQUIREMENTS....................................................................................... 12 11. UNDERGROUND UTILITIES............................................................................................ 12 12. PENALITIES...................................................................................................................... 13 13. SPECIAL CONDITIONS.................................................................................................... 13 14. RUNWAY AND TAXIWAY VISUAL AIDS......................................................................... 13 15. MARKING AND SIGNS FOR ACCESS ROUTES............................................................ 14 16. HAZARD MARKING, LIGHTING, AND SIGNAGE............................................................ 14 17. PROTECTION OF RUNWAY AND TAXIWAY SAFETY AREAS ..................................... 16 18. OTHER LIMITATIONS ON CONSTRUCTION.................................................................. 19 APPENDIX A PHASING EXHIBITS 2 March 2016 I Construction Safety and Phasing Plan Construct Northside Connector iWinchester Regional Airport L1 11 INTRODUCTION Aviation safety is a primary consideration at airports, especially during construction. In accordance with FAA Advisory Circular (AC) 150/5370-2F, "Operational Safety on Airports During Construction", a Construction Safety and Phasing Plan (CSPP) must be developed on each on -airfield construction project funded by the Airport Improvement Program (AIP), Passenger Facility Charge (PFC) program or for any project located on an airport certificated under Part 139. The CSPP sets forth benchmarks and requirements for the project, and is the airport operator's guideline for developing the highest levels of safety, security, and efficiency at the airport during project construction. The CSPP is to be used by all personnel involved in the project, including construction personnel, inspection personnel, and airport staff. This document has been developed for this construction project in order to minimize interruptions to airport operations, control construction costs, and maximize the performance and safety of construction activity. The Contractor shall be required to submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how the Contractor will comply with the requirements set forth in this CSPP. The SPCD must be submitted to and approved by the airport operator prior to issuance of the Notice to Proceed. The SPCD includes a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. In the event the Contractor's activities are found in non-compliance with the provisions of the CSPP or the SPCD, the Contractor shall immediately cease those operations in violation. In addition, the Contractor will conduct a safety meeting, with the airport operator's representative present, and review those provisions in the CSPP/SPCD which were violated. The Contractor will not be allowed to resume construction operations until conclusion of the safety meeting and implementation of corrective actions. PROJECT SCOPE This CSPP has been prepared for upcoming airfield projects at the Winchester Regional Airport in Winchester, Virginia. The project included the construction of a partial parallel taxiway and apron on the northside of the runway. The Winchester Regional Airport is an Airport Reference Code (ARC) C-II facility with a single runway. Runway 14-32 is 5,500 feet long, 100 feet wide, and has a grooved asphalt surface. Approached to Runway 14 include GPS and VOR, while Runway 32 has a Category I ILS and VOR/DME approach. The major population centers of the City of Winchester lie to the west and north, and the Airport is bordered to the west by Interstate 1-81 and Route 522, which is a major 4-lane highway. The developed land immediately to the north of the airport includes a public safety complex, Army Corps of Engineers facility, an abandoned golf course, and beyond that extensive housing developments and city developments. The land to the east and south can be characterized as rural, with rolling hills and large farm tracts along Route 17/50. March 2016 Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Air port 1. COORDINATION Coordination of safety issues will occur throughout all stages of the project. Key conferences and meetings include: 1.1. Design Coordination. Design coordination will be completed with the affected agencies and organizations to discuss operational safety. Participants will include the funding agencies, the Engineer, and airport operator staff. Input will be solicited on key safety issues to be considered, methods to ensure safety during construction, required protocols, advance notices, and other requirements that need to be incorporated in the contract bid documents. 1.2. Prebid Meeting. A prebid meeting with potential bidders and construction contractors will take place. The meeting will be held approximately 10 days prior to the bid opening date. During the meeting, safety will be discussed, with an emphasis on the unique aspects of construction on an active airfield. FAA Advisory Circular 150/5370-2F will be reviewed, as will the requirements for the Contractor -prepared Safety Plan Compliance Document (SPCD). It will be made clear in both the contract documents as well as the pre - bid meeting that the SPCD is the responsibility of the Contractor. 1.3. Preconstruction Meeting. A preconstruction meeting will be held once a construction contract has been awarded, but prior to the start of construction. Invitees will include the prime contractor, subcontractors, funding agencies, ATCT, ARFF personnel, FAA District Office, State Aviation personnel, the Engineer, Resident Project Representative, and Airport Authority. The FAA Airports District Office should ensure that all appropriate FAA offices and Federal agencies that may have an interest in the project are notified. The airport operator, or authorized agent will prepare an agenda prior to the preconstruction meeting. This will include, but not be limited to: a. project scope and phasing requirements; b. relationship between airport operator, airport operator's authorized agent, and the contractor; c. relationship between the airport operator and the FAA; d. identification of contractor's superintendent and discussion of authority and responsibilities; e. designation of airport operator representative responsible for notifying the Flight Service Station of any circumstances requiring a NOTAM; f. scheduling of work and phasing requirements; g. notice to proceed date; h. safety during construction, including responsibility for marking and lighting of closed and hazardous areas, all in accordance with FAA AC 150/5370-2F Operational Safety on Airports During Construction; i. security requirements; j. communications and documentation protocols, including contact information for all key personnel. March 2016 1 I 1 J I Ll I 1 1 1 1 I I Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport Emphasis will be placed on compliance with the established CSPP and approved SPCD. 1.4. Contractor Progress Meetings. Bi-weekly progress meetings will held throughout the construction phase, with operational safety as a standing agenda item. Current compliance issues and upcoming critical work will be reviewed. Meeting participants will include the Engineer, the Resident Project Representative, the Contractor, and the Airport Operator. Daily meetings between the Resident Project Representative and key Contractor personnel will also occur to address daily work schedules and associated operational concerns. When necessary, appropriate FAA/State personnel, airport staff, or affected tenants will attend progress meetings. 1.5. Scope or Schedule Changes. Coordination between the Engineer, Contractor, FAA, and the airport operator will occur in the event of any scope or schedule changes. It will be determined if revisions to either the CSPP or the SPCD are required as a result of any scope or schedule changes. Revisions to these documents will be routed through the appropriate approval channels prior to beginning construction in areas of impact. 2. PHASING (Construction Sequencing) This discussion reviews the construction phasing and work areas defined for the project. The phasing generally provides the desired sequencing for the project. The defined work areas address work limitations. These limitations are primarily associated with operational safety, focusing on maintaining adequate separation between the contractor's activities and aircraft operations and limiting the time that contractor activities impact airport operations. General elements of this sequencing and phasing are described in the following subsections. 2.1 Construction Staging Areas. Reference Appendix A for staging area locations and general safety and security notes concerning use of the staging areas. Construction staging areas and contractor employee parking areas are to remain outside of all object free areas and all safety areas for all active airfield surfaces. ' 2.2 Construction Access and Haul Routes. Reference Appendix A for access and haul route locations and general safety and security notes concerning use of access and haul routes. Applicable control along haul routes for both safety and security must be maintained at all times. 1 2.3 Required Hazard Marking and Lighting. Reference Appendix A for required hazard marking and lighting. Reference Sections 15, 16, and 17 of this CSPP for additional information. ' 2.4 Phasing. The project will be completed in phases as outlined below: • Work Area 1 — Taxiway Outside Runway 14-32 RSA • Work Area 2 —Taxiway Inside Runway 14-32 RSA 5 March 2016 1 Construction Safety and Phasing Plan Construct Norlhside Connector Winchester Regional Aiu port As Work Area 2 will require work within the Runway 14-32 safety area and subsequent closures of the runway, milestone periods have been set for the closures as outlined below: • Nightly Closures (9:00 p.m. to 6:00 a.m.) — 15 consecutive night work periods • Daily Closure — 1 calendar day for surface course paving 3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY Runways and taxiways shall remain in use to the maximum extent possible without compromising safety. Meetings with the Engineer, Contractor, FAA ATCT and the airport operator will occur before construction begins on each phase. Items,discussed during these meetings are described below: 3.1. Identification of Affected Areas. The affected areas for each construction phase are identified in the phasing plans in Appendix A. 3.1.1. Closing or partial closing of runways, taxiways, and aprons. Taxiway closures will occur in Work Area B only. See Appendix A. 3.1.2. Approach/Departure surfaces affected by heights of objects. Contractor equipment used in the project and/or staging area may impact approach/departure surfaces. Equipment locations shall not violate runway Part 77 surfaces except under special waiver conditions. FAA Form 7460-1, Notice of Proposed Construction or Alteration, must be submitted by the airport operator to the FAA ADO, and approved prior to construction. Refer to the project phasing plans for requirements. 3.1.3. Construction areas. Construction areas, including actual construction, storage/stockpiles, employee parking, staging areas, and haul routes are located near active airfield surfaces. Refer to the project phasing plans for requirements. 3.2. Mitigation of Affects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. All coordination pertaining to airport operations during construction shall be with the airport operator's designated representative. Specific contacts will be discussed in detail at the preconstruction meeting. 3.2.1. Temporary and permanent changes to runway and/or taxi operations. Affected runway and taxiways will be barricaded as indicated on the phasing plans. 3.2.2. Detours for ARFF and other airport vehicles. The project work site shall remain open to all fire fighting and rescue vehicles/local fire department vehicles in emergency situations. The contractor is required to maintain access into the project work area for fire fighting and rescue vehicles. 3.2.3. Maintenance of essential utilities. Special attention will be given by the contractor to preventing unscheduled interruption of utility services and facilities. Where required by construction, the Contractor will follow prescribed procedures to locate all utilities (aboveground and underground) prior to working around them. All March 2016 1 1 L L J L 11 I F1 1 Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport utility outages will be coordinated in advance in accordance with the procedures included in the plans and specifications. When a utility is damaged, it shall immediately be repaired by the Contractor in accordance with the procedures in the plans and specifications. 3.2.4. Temporary changes to air traffic control procedures. Changes to air traffic control procedures must be coordinated well in advance with the airport operator and ATO. 4. NAVIGATION AIDS (NAVAIDS) PROTECTION Before beginning any construction activity, parking of equipment, or storing construction materials near a NAVA[D, coordination with the appropriate FAA ATO to evaluate the effects of construction activity on the facility must take place. Necessary clearance distances will be coordinated at daily and weekly progress meetings (refer to Section 1 "Coordination"). NAVAIDS impacted by this project shall be identified through the NOTAM process described in Section 9 "Notification of Construction Activities". Underground utilities serving the NAVAIDS shall be protected as described in Section 11 "Underground Utilities". The following NAVAIDs and/or Instrument Approach Procedures (IAPs) will be impacted by this project. • Straight in approaches to Runway 32 using the Instrument Landing System (ILS) will not be available during the closures of Runway 14-32. CONTRACTOR ACCESS . 5.1. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the safety area, obstacle free zone, or object free area of any active runway or taxiway. Stockpiled materials shall be stored at a location approved by the airport operator and constrained in a manner to prevent movement resulting either from prop wash, jet blast, or wind. Stockpile heights shall not exceed 15 feet and shall not penetrate protected airspace (refer to the plans for information on protected airspace). Stockpiled materials and equipment adjacent to these areas shall be prominently marked and lighted during hours of restricted visibility or darkness. Further reference is directed to Section 6. "Wildlife Management", Section 7. "Foreign Object Debris Management", and Section 17. "Protection of Runway and Taxiway Safety Areas". 5.2. Vehicle and Pedestrian Operations. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals into the AOA. 5.2.1. Construction site parking. Vehicle parking areas for Contractor employees shall be as shown on the plans or as designated by the airport operator. Employee parking shall remain as shown on the plans or as designated by the airport operator. 7 11arch 2016 1 Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport 5.2.2. Construction equipment parking. Equipment not in use shall be parked in the construction staging area shown on the plans. 5.2.3. Access and haul roads. Access routes used by Contractors shall be clearly marked to prevent inadvertent entry to open aircraft operational areas. If the access routes share or cross any routes designated for use by ARFF or the local fire department, right of way shall be maintained at all times unless alternate routes have been established. The Contractor shall only use the access and haul roads designated by the airport operator. The airport operator will provide access to the Contractor only after the Contractor has received training from the airport operator. These haul routes are shown in the construction plans. 5.2.4. Marking and lighting of vehicles. Equipment and vehicles shall be marked with 3-foot by 3-foot orange and white checker flags (day only) or yellow flashing dome type lights (day or night). Additionally, all Contractor vehicles operating inside the airport perimeter fence shall be clearly labeled with the Contractor's name visible from 200 feet. 5.2.5. Description of proper vehicle operations. Vehicle operations shall be in accordance with Advisory Circular 150/5210-20 "Ground Vehicle Operations on Airports." 5.2.5.1. Normal conditions. Project haul routes and phasing have been established to prevent the crossing of any open airfield pavements. At no time will the Contractor enter an active runway or taxiway safety area. The Contractor's shall monitor the Airport Aeronautical Advisory Stations (UNICOM/CTAF) on frequency 122.7 MHz on a hand held radio. 5.2.5.2. Lost communications or Emergency conditions. In the event that radio communications are lost, the driver shall follow the procedures taught in airport driver training. This includes pulling the vehicle onto the shoulder out of the way of any possible aircraft. The vehicle shall then be turned to face the tower and flash the headlights to alert the tower. The tower shall give further instruction to the vehicle using a light gun. The driver must have knowledge of these signaling procedures. 5.2.6. Required escorts. All untrained drivers shall be escorted at all times when on the AOA side of the security fence. Escorted vehicles shall be marked and lighted,in accordance with this Section 5. 5.2.7. Training requirements. The airport operator will provide access to the Contractor only after the Contractor has received safety and security training from the Owner. All Contractor personnel that will drive unescorted in the AOA shall be required to complete safety and security training and receive driver training prior to entering the AOA. Training sessions are approximately two hours in duration. Personnel and/or suppliers requiring only occasional access to the site shall be exempt from security training requirements, provided they are under the direct March 2016 I 1 I I I 1 1 1 [1 1 f� I Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Air port supervision and escort of a Contractor employee who successfully completed driver training. 5.2.8. Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when inside the perimeter fence. In addition, it is the responsibility of the Contractor to verify the movement/position of all vehicles at any given time. 5.2.9. Two-way radio communication procedures. 5.2.9.1. If prior approval has been obtained from the airport operator, and the proper equipment has been installed in aircraft operational area vehicles, the Contractor may be allowed to operate vehicles in active aircraft areas. Prior to entering any active safety area, the Contractor shall announce intentions on the Airport Aeronautic Advisory Stations (UNICOM/CTAF) on 122.7 MHz. Two-way radio communications shall be required at all times the contractor is working in a runway or taxiway safety area. The Contractor is responsible for providing radio equipment that is capable of maintaining clear communications from all parts of the safety areas that the Contractor has permission to be in. No equipment or personnel shall enter an open runway or taxiway safety area unless properly coordinated. The use of trained flagmen and two-way radios shall be required in these areas. The Contractor shall have a two-way radio at the jobsite at all times work is in progress. 5.2.9.2. The Contractor shall have an adequate number of two-way radios on -site at all times and shall be responsible for providing the radios. The Contractor shall also check with the airport operator to ensure that all the frequencies are the intended frequencies to be used between the Contractor and the ATCT. 5.2.9.3. The Contractor shall be trained in proper radio usage. Proper phraseology including the Phonetic Alphabet will also be part of the training. 5.2.10. Maintenance of the secured area of the airport. 5.2.10.1. Care shall be taken to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates shall be equipped so that they can be securely closed and locked to prevent access by animals and unauthorized persons. Procedures shall be established to ensure that only authorized persons and vehicles have access to the AOA and that vehicles are allowed through the gate one at a time, i.e. no "piggybacking" behind another person or vehicle. The Contractor is responsible for ensuring that all employees of the Contractor and Subcontractors use only the authorized access point to the AOA and verifying that the access point is secure immediately after use. Gates that fail shall be reported immediately March 2016 C Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Air port to the airport operator, and shall be guarded by the contractor until the airport operator mobilizes to secure the opening. 5.2.10.2. The Contractor shall maintain separation between the airside and non -secure side of the airport at all times. The perimeter fence shall be maintained on a continuous basis with any temporary opening being continuously guarded by the Contractor's designated employee. The airport is subject to FAA security requirements and rigid adherence is mandatory. Any fines for unauthorized personnel entering through the Contractor's entrance points will be deducted from monies due the Contractor. Temporary openings and construction gates shall be secured and locked at the completion of work each day. 5.2.10.3. The Contractor shall delineate limits of construction prior to beginning work each day. The Contractor's personnel shall not be beyond the limits of construction without authorization from the Owner. Violators are subject to removal from the jobsite and loss of AOA working privileges. 5.2.10.4. The Contractor shall submit a Security Plan at the Preconstruction Conference outlining the methods that the Contractor intends to apply in order to maintain airport security and of monitoring gate openings within and along the security fence. 5.2.10.5. The Airport reserves the right to require all personnel working inside the AOA to complete training or be under the direct supervision (within approximately 100 feet) of a person who successfully completed the driver training. Personnel and/or suppliers requiring only occasional access to the site shall be exempt from security training requirements, but shall be escorted by an authorized employee at all times. WILDLIFE MANAGEMENT 6.1. Trash. Food scraps shall be collected from construction personnel activity. Trash shall be disposed of weekly, or more frequently if necessary to discourage wildlife encroachment. 6.2. Standing Water. Areas of standing water shall be kept to a minimum so as not to attract wildlife. 6.3. Tall Grass and Seeds. Only the grasses specified on the plans and in the specifications may be used for either temporary or permanent seeding. Incompatible plants could be an unwanted bird attractant. 6.4. Poorly Maintained Fencing and Gates. Reference is directed to Section 5 "Contractor Access" in regard to the importance of maintaining security on the airport so as to discourage access by wildlife. 10 1 I I 1 f] March 2016 1 CI Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Air port 6.5. Disruption of Existing Wildlife Habitat / Wildlife Sightings. Contractor personnel shall immediately notify the airport operator of significant wildlife sightings. 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Materials capable of creating FOD shall be continuously removed during the project and must not -be left or placed near active aircraft movement areas. The following measures will be utilized to control and monitor FOD: • Worksite housekeeping ' • Ground vehicle tire inspections • Runway and taxiway sweeps Inspection requirements are outlined in Section 10. 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT The Contractor shall be prepared to immediately contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Provisions for HAZMAT management shall be addressed in the Contractor's Storm Water Pollution Prevention Plan (SWPPP). The HAZMAT management procedures shall include, but not be limited to the following: • Fuel deliveries • Spill recovery procedures • Material Safety Data Sheets (MSDS) availability 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES 1 Ll This section outlines procedures for maintaining communication in the event that airport users and the FAA must be notified immediately of any conditions adversely affecting the operational safety of the airport. 9.1. Contact List. The Contractor shall provide a list of responsible representatives/points of contact for all involved parties, and procedures for contacting each of them, including after hours. The Contractor must have someone available to take emergency calls from the airport operator throughout the entire construction time period. The contractor's list shall also include the airport point of contact, ATCT if applicable, and the Engineer to insure that contractor personnel have the contacts that they need in the event of a safety related event. Airport points of contact are as follows: Emergency Telephone Number (Police/Fire/Rescue): 911 Airport Operations/Maintenance/Manager: (540) 662-5786 11 March 2016 Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport 9.2. NOTAMs. The airport operator shall be responsible for the issuance of all NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can open or close a runway. The airport operator shall coordinate the issuance, maintenance, and cancellation of NOTAMs regarding airport conditions resulting from construction activities and provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) for issuance of NOTAMs. 9.3. Emergency notification procedures. In the event of an emergency, the Contractor shall call 911. Additional notification procedures will be reviewed at the preconstruction meeting, and periodically at construction progress meetings, and distributed to all appropriate parties. 9.4. Coordination with ARFF/Local Fire Department. Coordination with ARFF personnel/local fire department regarding maintenance of access routes, impacts to fire protection water sources, impacts to fire alarm systems, and use of hazardous materials during construction will be addressed at the preconstruction meeting as well as construction progress meetings. 9.5. Notification to the FAA. 9.5.1. Part 77. Any proposed construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, shall be coordinated with the FAA by submitting FAA Form 7460-1, "Notice of Proposed Construction or Alteration" to the appropriate FAA Airports Regional or District Office. This includes construction equipment and proposed parking areas for this equipment (i.e. cranes, graders, and other equipment) on the airport. 10. INSPECTION REQUIREMENTS 10.1. Daily Inspections. Inspections shall be conducted by the Contractor at least daily to ensure compliance with the CSPP. A sample checklist is provided in Appendix B. In addition, daily inspections will be conducted by the airport operator or their Representative to ensure compliance with the CSPP and the SPCD. 10.2. Final Inspections. A Final Inspection will be conducted by the airport operator, Engineer, FAA, and State upon substantial completion of the project. 11. UNDERGROUND UTILITIES Special attention shall be given to preventing unscheduled interruption of utility services and facilities. The Contractor shall locate, or arrange for the location of underground utilities, cables, wires, pipelines, and other underground facilities located in excavation areas shall be located. This shall include coordination with public utilities, "One Call" services. FAA ATO/Technical Operations shall be contacted for location and marking of FAA NAVAID cables. Full coordination between the airport operator's representatives and construction personnel will take place to ensure that these items are protected at all times during construction. If the Contractor damages any active utility 12 March 2016 11 1 1 i Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Aitport during construction, immediate action shall be taken by the contractor to repair the utility. Refer to Section 9 "Notification of Construction Activities" for contact information. 12. PENALITIES 12.1. Failure on the part of the contractor to adhere to the requirements of this CSPP, and the plans and specifications, may have consequences that jeopardize the health and safety of persons on or near the construction site. Penalties for such actions are established by the airport operator and may include fines, suspension of construction, and/or removal from the job site. The airport operator reserves the right to deduct fines from money due to the Contractor. 12.2. Unauthorized personnel entering through the Contractor's access point is a violation of this CSPP and may result in a fine. The airport operator reserves the right to deduct fines from money due to the Contractor. 12.3. Contractor personnel found to be beyond the limits of construction without authorization from the Owner are subject to removal from the jobsite and loss of security badge and/or secured area working privileges. 13. SPECIAL CONDITIONS Special conditions that require safety mitigation action include the following: ' • low -visibility operations • snow removal ' • aircraft in distress • aircraft accident • security breach • Vehicle/Pedestrian Deviation (VPD) During these events the contractor will be required to suspend operations, clear active construction zones, or other measures as directed by the airport operator. Notification procedures in Section 9 shall be followed. See also sections 5 "Contractor Access" and 14 "Runway and Taxiway Visual Aids". ' 14. RUNWAY AND TAXIWAY VISUAL AIDS 14.1. General. Those areas where aircraft will be operating shall be clearly marked to 1 separate them from construction areas. Airport markings, lighting, signs, and visual NAVAIDs shall be clearly visible to pilots and not misleading, confusing, or deceptive. This shall be verified throughout the construction of the project. All facilities shall be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents. The facilities shall be constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. 13 March 2016 1 Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Ahporl 14.2. Markings. Temporary markings are required. Refer to the phasing plans for details on temporary marking for the project. 14.2.1. Temporarily Closed Runways. Temporarily closed runways shall be designated by the placement of an X at each end of the runway directly on or as near as practicable to the runway designation numbers. 14.2.2. Temporarily Closed or New Taxiways. For temporarily closed taxiways or new taxiways prior to opening, aviation barricades shall be placed at the entrance to each taxiway as indicated in the phasing plans. 14.2.3. Temporarily Closed Airport. When the airport is closed temporarily, all runways shall be marked as closed. 14.3. Lighting and Signage. Temporary lighting is required. Refer to the phasing plans for details on temporary lighting for the project. 14.3.1. Temporarily Closed Runways. Temporarily closed runways shall have their lights de -energized or covered, in accordance with the phasing plans. 14.3.2. Temporarily Closed Taxiways. Temporary closed taxiways shall have their lights de -energized or covered. Directional sign panels associated with temporary closed pavements shall be removed and replaced with a blank panel or covered. 15. MARKING AND SIGNS FOR ACCESS ROUTES Pavement markings and signs for construction personnel shall conform to AC 150/5340-18 on the runway and taxiway. Elsewhere, access route marking and signs shall conform to the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft shall comply with the frangibility requirements on AC 150/5220-23, "Frangible Connections". The height of temporary signage shall be restricted so as not to penetrate any avigational surfaces (avigational surfaces are described in the phasing plans). Temporary markings and signage are indicated in the phasing plans. 16. HAZARD MARKING, LIGHTING, AND SIGNAGE 16.1. Purpose. The purpose for delineating work areas is to prevent pilots and other airport personnel who do not belong in the construction area from entering. Work areas will be delineated with closed markers, aviation barricades, and bucket barricades. The first item of work in any work area will be the installation of the necessary closed markers and barricades to isolate the areas of proposed construction. All runway and taxiway closures will be fully coordinated with the airport operator to ensure that the proper NOTAMs are issued. 14 I [1 J I March 2016 ' Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional.4hport 16.2. Barricades. Barricades are acceptable methods used to identify and define the ' limits of construction and hazardous areas on airports. The types of barricades allowed are detailed on the phasing plans. 16.3. Lights. Lights shall be red, either steady burning or flashing, and meet the luminance requirements of the State Highway Department. Lights shall be mounted on barricades and spaced at no more than ten (10) feet apart. Lights shall be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. 16.4. Signs. The barricades shall be supplemented with signs (for example "No Entry", "No Vehicles") as necessary. Signs shall conform to the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. 16.5. Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, the following shall be used to separate all construction/maintenance areas from the movement area: • Orange traffic cones • Flashing or steady burning red lights • Collapsible barricades with diagonal, alternating orange & white stripes • Signs Barricades shall be supplemented with alternating orange and white flags at least 20 by 20 inches (50 x 50 centimeters) square and securely fastened to eliminate FOD. All barricades adjacent to an open runway or taxiway / taxilane safety area or apron shall be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags. Barricades shall be of low mass; easily collapsible upon contact with an airplane or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. Barricades affixed to the surface shall be frangible at grade level or as low as possible, but not to exceed 3 inches above the ground. The types of barricades allowed are detailed on the phasing plans. 16.6. Air Operations Area — Runway / Taxiway Intersections. Highly reflective barricades with lights shall be used to close taxiways leading to closed runways. The types of barricades allowed are detailed on the phasing plans. 16.7. Air Operations Area — Other. For areas outside runway and taxiway object free areas and safety areas and aprons, barricades intended for construction vehicles and personnel may consist of different shapes and may be constructed from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. The Contractor shall coordinate these barricades, and their locations with the airport operator's representative. 16.8. Maintenance. The construction specifications include a provision requiring the Contractor to have personnel on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. 15 March 2016 Imo, Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport Refer to the phasing plans for graphical depictions of hazard marking, lighting, and signage. 17. PROTECTION OF RUNWAY AND TAXIWAY SAFETY AREAS 17.1. Runway Safety Area. Construction activities within the existing RSA are subject to the following conditions: 17.1.1. No activity is permitted while the runway is open for aircraft operations. Reference is directed to Section 5 for information on Contractor access to runway safety areas. 17.1.2. Excavations. 17.1.2.1. Stockpiling of materials, open trenches, or excavations are not permitted within the RSA while the runway is open. Stockpiled materials shall be removed prior to opening the runway. Trenches shall be either backfilled or covered prior to opening the runway. If the runway must be reopened before excavations are backfilled, the excavations shall be covered appropriately. Covering for open trenches shall be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. 17.1.2.2. Open trenches and excavations at the construction site shall be prominently marked by the Contractor with red or orange flags, as approved by the Owner, and lighted with red lights during hours of restricted visibility or darkness. Refer to Section 16 for additional information on hazard marking and lighting. 17.1.3. Erosion Control. Soil erosion shall be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and be capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the equipment or aircraft. 17.1.4. For this project, the following distances (in accordance with FAA Advisory Circular 150/5300-13), must be protected along the runway edges: Runway Aircraft Approach Airplane Design RSA Width in Feet Category Group Divided by 2 A, B, C, or D 1, II, III, or IV 14 C I I 250 32 C I I 250 16 11 rl March 2016 1 l� u �71 �u fl I d Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Airport The RSA safety area width will be temporarily reduced to 400 feet (200 feet from centerline) for completion of the permanent taxiway marking as allowed by AC 150/5300-13A. 17.1.5. For this project, the following distances (in accordance with FAA Advisory Circular 150/5300-13), must be protected before the runway threshold: Runway Airplane Aircraft Minimum Minimum Distance to End Design Approach Safety Area Threshold Based on Number Group Category Prior to the Required Approach I, II, III, or IV A, B, C, or D Threshold Slope 14 II C 600 200 ft. 34:1 32 II C 600 200 ft. 50:1 17.2. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA only if performed in accordance with the requirements on the phasing plan. Equipment must be removed from the ROFA when not in use, and material shall not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA shall not occur until a 7460-1 form and justification is provided to the appropriate FAA Airports Regional or District Office and approved. ROFA dimensions shall be as identified in the following table, which is in accordance with FAA Advisory Circular 150/5300-13. Runway ROFA Distance from Centerline ft ROFA Width (ft) ROFA Length from End of Runway ft 14 400 800 1000 32 400 800 1000 17.3. Taxiway Safety Area (TSA) 17.3.1. No construction is permitted within the taxiway safety area while the taxiway is open for aircraft operations. 17.3.2. Excavations. 17.3.2.1. Stockpiling of materials, open trenches, or excavations are not permitted within the TSA while the taxiway is open. Stockpiled materials shall be removed prior to opening the taxiway. Trenches shall be either backfilled or covered prior to opening the taxiway. If the taxiway must be reopened before excavations are backfilled, the excavations shall be covered appropriately. Covering for open trenches shall be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. 17.3.2.2. Open trenches and excavations at the construction site shall be prominently marked by the Contractor with red or orange flags, as approved by the Owner, and lighted with red lights during hours of restricted visibility or darkness. Refer to Section 16 for additional information on 17 March 2016 1 Construction Safety and Phasing Plan ' Construct Northside Connector Winchester Regional Air port hazard marking and lighting. 17.3.3. Erosion Control. Soil erosion shall be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the equipment or aircraft. 17.3.4. For this project, the following distances (in accordance with FAA Advisory Circular 150/5300-13) must be protected along the taxiway edges: Taxiway Aircraft Approach Airplane Design TSA Width in Feet Category Group Divided by 2 A, B, C, or D I, II, III, or IV All taxiways C II 39.5 17.4. Taxiway Object Free Area (TOFA) No work is permitted inside the TOFA without the taxiway being closed. For this project, the following distances (in accordance with FAA Advisory Circular 150/5300-13) must be protected along the taxiway: Taxiway Aircraft Approach Airplane Design TOFA Width in Feet Category Group Divided by 2 A, B, C, or D I, II, III, or IV All taxiways C II 65.5 17.5. Obstacle Free Zone (OFZ) Typically, no personnel, equipment, or material shall be permitted inside the OFZ while the runway is open for aircraft operations. If access is required, the express permission of the airport operator shall be obtained. Any request for such; permission shall be submitted in writing by the Contractor, along with justification in order for the owner to coordinate the request with FAA. The Runway OFZ is the airspace above the runway whose elevation at any point is the same as the elevation of the nearest point on the runway centerline. For this project, the OFZ dimensions (in accordance with FAA Advisory Circular 150/5300-13) are as follows: Runway OFZ Distance from Centerline ft OFZ Width (ft) OFZ Length from End of Runway ft 14 200 400 200 32 200 400 200 17.6 Runway Approach/ Departure Areas and Clearways All personnel, equipment, and material shall remain outside the protected approaches and surfaces as shown on the phasing plans in Exhibit A. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Prior to placing such objects, a 7460-1 form and justification must be provided to the appropriate FAA Airports Regional or District Office and approved. Particular attention is called to the placement of cranes, excavators, and other tall equipment. 18 March 2016 1 I I 1 Construction Safety and Phasing Plan Construct Northside Connector Winchester Regional Air port 18. OTHER LIMITATIONS ON CONSTRUCTION 18.1. Prohibitions. The following are prohibited: 18.1.1. No use of tall equipment (cranes, concrete pumps, etc.) unless a 7460-1 determination letter is issued for such equipment. 18.1.2. No uses of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. 18.1.3. No use of electrical blasting caps on or within 1,000 feet (300 meters) of the airport property. 18.1.4. No use of flare pots within the AOA. 18.2. Restrictions. The following are restricted: 18.2.1. Activities during special condition events as outlined in Section 13. 18.2.2. Areas that cannot be worked on simultaneously as outlined in the phasing plans. Also refer to Section 2 "Phasing". 18.2.3. Day or night construction restrictions as outlined in the phasing plans. Also refer to Section 2 "Phasing". 18.2.4. Work area restrictions as outlined in the phasing plans. Also refer to Section 2 "Phasing". 19 March 2016 I APPENDIX `A' Phasing Exhibits �7 1 (Bid Set - see Phasing Layout, Phasing Notes, and Phasing Details) I fl 1