S P E C I F I C A T I O N S

Size: px
Start display at page:

Download "S P E C I F I C A T I O N S"

Transcription

1 Bid Set No. CONSTRUCT RELOCATED ROADWAY AND AIRPORT SERVICE RD. OUTSIDE RUNWAY OBJECT FREE AREA (ROFA); CONSTRUCT RELOCATED PARKING FOR: - AIRPORT PARKING LOT S C & D - FREUDENBERG-NOK - AMMON CENTER AIP PROJECT NO XX-2015 CITY BID #FY Specification No Prepared By: Prepared For: March 2015 S P E C I F I C A T I O N S Copyright 2015 Hoyle, Tanner & Associates, Inc.

2 TITLE SHEET CONSTRUCT RELOCATED ROADWAY AND AIRPORT SERVICE RD. OUTSIDE RUNWAY OBJECT FREE AREA (ROFA); CONSTRUCT RELOCATED PARKING FOR: - AIRPORT PARKING LOT S C & D - FREUDENBERG-NOK - AMMON CENTER Specification No at Manchester Boston Regional Airport Manchester, New Hampshire March 2015 Prepared by 150 Dow Street Manchester, New Hampshire 03101

3 TABLE OF CONTENTS Page Title Sheet Table of Contents... i BIDDING REQUIREMENTS Advertisement for Bids... A-1-A-2 Information for Bidders... I-1 - I-5 Proposal... P-1 - P-47 Bid Bond... P-48 P-50 CONTRACT DOCUMENTS Contract... C-1 - C-4 Contract Bonds... C-5 C-12 Safety Responsibility Covenant... C-13 Notice of Award... C-14 C-15 Notice to Proceed... C-16 C-17 FAA PROVISIONS FOR AIP PROJECTS GENERAL PROVISIONS Section 10 - Definition of Terms... GP-1 - GP-5 Section 20 - Proposal Requirements and Conditions... GP-6 - GP-9 Section 30 - Award and Execution of Contract... GP-10 - GP-11 Section 40 - Scope of Work... GP-12 - GP-15 Section 50 - Control of Work... GP-16 - GP-22 Section 60 - Control of Materials... GP-23 - GP-26 Section 70 - Legal Relations and Responsibility to Public... GP-27 - GP-34 Section 80 - Prosecution and Progress... GP-35 - GP-41 Section 90 - Measurement and Payment... GP-42 - GP-48 Section 100- Contractor Quality Control Program... GP-49 - GP-55 Section Method of Estimating Percentage of Material Within Specification Limits (PWL)... GP-56 - GP-62 Section 120 Nuclear Gauges... GP-63 GP-64 SUPPLEMENTAL GENERAL PROVISIONS... SGP-1 - SGP-7 SPECIAL CONDITIONS... SC-1 SC-12 FEDERAL WAGE RATES TECHNICAL SPECIFICATIONS Technical Specifications... TS-1 Supplemental Specifications... SS-1 Special Provisions... SP-1 i

4 BIDDING REQUIREMENTS

5 Specification No Page A-1 ADVERTISEMENT FOR BIDS City of Manchester - Department of Aviation City Bid No. FY AIP Project No XXX-2015 Manchester Boston Regional Airport Manchester, NH Sealed Bids for Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center at the Manchester Boston Regional Airport Engineering and Planning Office will be received by the owner at the Planning and Engineering Office, 6 Industrial Drive, Suite 2, Londonderry, NH until 2:00 PM, Wednesday, April 8, 2015 local time and then at said office publicly opened and read aloud. The work includes the realignment of approximately 2,800 linear feet of Ammon Drive; approximately 3,300 linear feet of Service Road; and reconstruction of Parking for: Airport Lot s C & D, Freudenberg/NOK, and Ammon Center; to provide a 400 Runway Object Free Area (ROFA) for Runway 6/24. The work also includes closed drainage system reconstruction; an underground stormwater infiltration system; approximately 2,300 linear feet of 12 sewer main relocation; supplemental windcone replacement; bus shelter, exit booth, & exit gate relocation, and parking lot lighting construction. Additionally, miscellaneous signage, landscaping, and fencing improvements will be performed throughout the project area. Contract documents may be examined on or after March 16, 2015 at: 1. Manchester Boston Regional Airport Engineering and Planning Office, 6 Industrial Drive, Suite 2, Londonderry, NH Hoyle, Tanner & Associates, Inc., 150 Dow Street, Manchester, NH, Associated General Contractors of NH, 48 Grandview Road, Bow, New Hampshire Construction Summary of New Hampshire, 734 Chestnut Street, Manchester, New Hampshire Contract Documents may be viewed or downloaded at no cost in Portable Document Format (PDF) from the Manchester-Boston Regional Airport website at Hard copy bid documents are available through the Engineer, Hoyle, Tanner & Associates, Inc. for a fee of $50.00 (half-size plans) or $ (full-size plans) per set with an additional nonrefundable fee of $20.00 per set for shipping and handling if requested for mailing within the continental United States. Fee may be cash, company check, certified check or money order drawn from a U.S. bank, payable to: Hoyle, Tanner & Associates, Inc. Partial sets of Bidding Documents will not be made available. The contact person for obtaining hard copy Bidding Documents is Donna Akerley, (603) Ext. 185 Prospective bidders are hereby notified that this project will need to comply with the Buy American Preference (Reference: 49 USC 50101), Foreign Trade Restriction (Reference: 49 CFR part 30), Davis Bacon (Reference: 2 CFR 200 Appendix II(D)), Affirmative Action (Reference: 41 CFR part 60-4, Executive Order 11246), Governmentwide Debarment and Suspension (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order DOT Suspension & Debarment Procedures & Ineligibility), Governmentwide Requirements for Drug-Free workplace (Reference: 41 U.S.C. 701 Chapter 10); and other FAA Contract Provisions for Airport Improvement Program (AIP) projects as contained in the Bid Specifications.

6 Specification No Page A-2 Prospective bidders are also asked to provide information on whether they are Disadvantaged Business Enterprises (DBE) or not in order to comply with FAA regulation. Prospective bidders will need to provide this information at time of plan purchase or via if electronic documents are downloaded. A pre-bid conference will be held at 1:00 PM, Wednesday, March 25, 2015 at the Manchester Boston Regional Airport, One Airport Road, Manchester, NH 03103, 3 rd Floor Board Room in the Terminal. This will be the only time for prospective Bidders or subcontractors to view the site. Bidders must appear on the 2015 Manchester-Boston Regional Airport Prequalified Contractor List for Relocation of Ammon Drive Outside the Runway Safety Area to be able to submit a bid. The Owner reserves the right to waive any informality in the bidding or to reject any or all bids. Each bidder must deposit with his bid, security in the amount of 5% of his bid in the form and subject to the conditions provided in the General Provisions. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract. The Contractor on this work will be required to comply with the equal employment opportunity requirements of the Federal Aviation Administration and the Manchester Boston Regional Airport DBE Program. No bidder may withdraw his bid prior to September 30,

7 Specification No Page I-1 INFORMATION FOR BIDDERS 1. Receipt and Opening Bids The City of Manchester - Department of Aviation (herein called the Owner), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at Manchester Boston Regional Airport Engineering and Planning Office, 6 Industrial Drive, Suite 2, Londonderry, NH until 2:00 PM, Wednesday, April 8, 2015 local time, and then at said office publicly opened and read aloud. The envelopes containing the bid must be sealed, addressed and designated as: Bid for Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg- Nok & Ammon Center, AIP Project No., XXX-2015, City Bid No. FY at the Manchester Boston Regional Airport, Manchester, NH. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid prior to September 30, Description of Work The work includes the realignment of approximately 2,800 linear feet of Ammon Drive; approximately 3,300 linear feet of Service Road; and reconstruction of Parking for: Airport Lot s C & D, Freudenberg/NOK, and Ammon Center; to provide a 400 Runway Object Free Area (ROFA) for Runway 6/24. The work also includes closed drainage system reconstruction; an underground stormwater infiltration system; approximately 2,300 linear feet of 12 sewer main relocation; supplemental windcone replacement; bus shelter, exit booth, & exit gate relocation, and parking lot lighting construction. Additionally, miscellaneous signage, landscaping, and fencing improvements will be performed throughout the project area. Base Bid consists of all the work identified above except the portion of Lot C labeled as Additive Alternate #1 (See General Plan 3 & 8), the 400 linear feet of sewer main reconstruction labeled as Bid Alternate #1, and the 2,300 linear feet of sewer main relocation labeled Bid Alternate #2. Bid Alternate #1 consists of the reconstruction of approximately 400 linear feet of sewer main and associated sewer service reconstruction. Bid Alternate #2 consists of the construction of approximately 2,300 linear feet of 12 sewer main relocation into the realigned Ammon Drive. It will also consist of the removal of approximately 2,000 linear feet of existing sewer main and connection manholes. Additive Alternate #1 consists of the construction of approximately 54,000 sf of parking area in Lot C (See General Plan 3 & 8).

8 Specification No Page I-2 3. Preparation of Bid Each bid must be submitted on the prescribed proposal form and must be accompanied by CERTIFICATIONS OF BIDDER REQUIRED BY FAA, included herein immediately following the proposal. Each bid must be prepared in strict accordance with the requirements of Section 20 of the General Provisions of these specifications. Bidders must appear on the 2015 Manchester-Boston Regional Airport Prequalified Contractor List for Relocation of Ammon Drive Outside the Runway Safety Area to be able to submit a bid. 4. Subcontracts The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this Contract: a. Must be acceptable to the Owner and the Federal Aviation Administration, and b. Must submit Certification by Proposed Subcontractor Regarding Equal Employment Opportunity. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certification and/or other evidence showing that it has fully complied with any reporting requirements to which it is or was subject. Although the bidder is not required to attach such Certification by proposed subcontractors to his bid, the bidder is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 5. Bidder's Qualifications Statement of Bidder s Qualifications will not be required as Bidders must appear on the 2015 Manchester-Boston Regional Airport Prequalified Contractor List for Relocation of Ammon Drive Outside the Runway Safety Area to be able to submit a bid. 6. Facsimile Modification Any bidder may modify his bid by facsimile communication at any time prior to the schedule closing time for receipt of bids, providing such facsimile communication is received by the Owner prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the facsimile modification over the signature of the bidder was mailed prior to the closing time. The facsimile communication should not reveal the bid price but should provide the addition or subtraction or any other modification so that the Owner will not know the final prices or terms until the sealed bid is opened. If written confirmation is not received within two working days after the closing time, no consideration will be given to the facsimile modification. 7. Proposal Guaranty Bid Security Each bid must be accompanied by cash, certified check of the bidder, or a bid bond in the amount of no less than 5% of the total bid, prepared on the form of bid bond included in the Contract Documents, duly executed by the bidder as principal and having as surety thereon a surety

9 Specification No Page I-3 company approved by the Owner. The bid bond shall be executed or countersigned for the surety by a person who has current power of attorney for the surety. The bid security will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the Contract, or, if no award has been made, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 8. Time of Completion and Liquidated Damages The bidder must agree to commence work on a date to be specified in the written Notice to Proceed of the Owner and to fully complete the project by November 25, The time of completion remains the same for whichever combination of bids is awarded. Bidder must agree to pay to the Owner as liquidated damages the sum of One Thousand, Two Hundred Dollars ($1,200.00) for each and every calendar day the work remains incomplete beyond the above specified time. 9. Security for Faithful Performance Simultaneously with his delivery of the executed Contract, the successful bidder shall furnish surety bonds as security for faithful performance of this Contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this Contract, as specified in the General Provisions included herein. The bonds shall be of the form provided hereinafter and shall be executed by surety acceptable to the Owner. The bonds shall be executed by or countersigned by an agent for surety who has current power of attorney for the surety. Each bond shall be in the amount of 100% of Contract awarded. 10. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to Stephen B. Haas, P.E., HOYLE, TANNER & ASSOCIATES, INC. at 150 Dow Street, Manchester, New Hampshire, or ed to shaas@hoyletanner.com, and to be given consideration, must be received at least five (5) working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be ed with read receipt and acknowledgement of receipt, via , requested to all prospective bidders (at the respective address furnished for such purposes), not later than three (3) working days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. The Engineer may choose to issue addenda by facsimile machine, in which case addenda may be issued not less than 24 hours prior to the time bids are due. Addenda issued via facsimile will require return acknowledgement of receipt, via facsimile, by the bidder.

10 Specification No Page I Power of Attorney Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 12. Laws and Regulations The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. 13. Execution of Contract The individual, firm, partnership, or corporation to whom or to which the Contract has been awarded shall sign the necessary agreements entering into a Contract with the Owner and return them to the Office of the Owner (with the required contract bonds) within 10 calendar days after the Contract is mailed. 14. Approval of Contract Approval of the Contract shall be in accordance with paragraph of the General Provisions. No Contract is binding upon the Owner until it has been executed by the Owner and delivered to the Contractor. 15. Failure to Execute Contract Failure of a bidder to comply with any of the requirements of the proposal, failure to execute the Contract within 10 days after mailing, as specified, or failure to furnish contract bonds as required shall be just cause for the annulment of the award. In the event of such annulment of the award, the amount of bid security shall become the property of the Owner, not as a penalty but as fixed and agreed liquidated damages. Award may then be made to the next best qualified bidder, or the work readvertised, or otherwise handled as the Owner may elect. 16. Notice of Special Conditions Attention is particularly called to those parts of the Contract Documents and specifications which deal with the following: a. Inspection of work. b. Insurance requirements. c. Wage rates. d. Scheduling the contract work. e. Liquidated damages for failure to complete the various portions of the work within the specified times. f. E.E.O. and D.B.E. requirements.

11 Specification No Page I Employment of Women Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 18. Equal Employment Opportunity a. Each bidder will be required to comply with the affirmative action plan for equal employment opportunity prescribed by the OFCC, United States Department of Labor, Regulations of the Secretary of Labor (41 CFR 60), or by other designated trades used in the performance of the contract and other nonfederally involved contracts in the area geographically defined in the plan. b. The proposed contract is under and subject to Executive Order of September 26, 1965, as amended, and to the equal opportunity clause; and c. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a certification where the subcontract exceeds $10,000. Samples of the certification and the notice to subcontractors appear in the specifications. d. When a determination has been made to award a contract or subcontract to a specific contractor, such contractor is required, prior to the award or after the award, or both, to furnish such other information as the FAA, the sponsor, or the Director of OFCC requests. e. A bidder must indicate whether he has previously had a contract subject to the equal opportunity clause, whether he has filed all report forms required in such contract, and if not, compliance report Standard Form (SF) 100 must be submitted with his bid. f. Equal Employment Opportunity (EEO) and labor provisions, when applicable, are included in the bidding documents of specifications. g. Contractors and subcontractors may satisfy EEO requirements of paragraph 2 of the EEO contract clause by stating in all solicitations or advertisements for employees that: "All qualified applicants will receive consideration for employment without regard to race, color, sex, or national origin." or by using a single advertisement in which appears in clearly distinguished type, the phrase: "an equal opportunity employer". h. A contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will, within 120 days from contract commencement, be required to develop a written affirmative action compliance program for each of its establishments (state and local governments are exempt).

12 Specification No Page P-1 PROPOSAL TO Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg- Nok & Ammon Center AIRPORT IMPROVEMENT PROGRAM NO XXX-2015 Proposal of, hereinafter called "Bidder") a corporation*, organized under the laws of the State of, a partnership*, or an individual* doing business as Department of Aviation (hereinafter called "Owner"). ; to the City of Manchester - The Bidder, in compliance with your invitation for bids for the construction of airport improvements having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials, and labor, hereby proposes to furnish labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Time of Completion and Liquidated Damages The bidder must agree to commence work on or before a date to be specified in the written Notice to Proceed of the Owner and to fully complete the project by November 25, Bidder must agree to pay to the Owner as liquidated damages the sum of One Thousand, Two Hundred Dollars ($1,200.00) for each and every calendar day the work remains incomplete beyond the above specified time. Bidder acknowledges receipt of the following addenda: Bidder agrees to perform all the work described in the specifications, shown on the plans or directed, for the following unit prices:

13 Specification No Page P-2 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS CLEARING AND GRUBBING (F), for the unit price per acre of: A 0.15 (words) Dollars and Cents REMOVING SMALL TREES, for the unit price per each of: EA 27 (words) Dollars and Cents REMOVING LARGE TREES, for the unit price per each of: EA 1 (words) Dollars and RELOCATING APPLE TREES, for the unit price per each of: Cents. EA 8 (words) Dollars and Cents RELOCATING MISCELLANEOUS TREES, for the unit price per each of: EA 10 (words) Dollars and Cents DEMOLISHING BUILDINGS, for the price per unit of: U 2 and (words) Dollars Cents.

14 Specification No Page P-3 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS DEMOLISHING BUILDINGS, for the price per unit of: U 1 (words) Dollars and Cents DEMOLISHING BUILDINGS, for the price per unit of: U 1 (words) Dollars and Cents REMOVE BUS EXITS, for the price per unit of: U 1 (words) Dollars and Cents FILL ABANDONED PIPE, for the unit price per cubic yard of: CY 10 (words) Dollars and Cents REMOVAL OF EXISTING PIPE 0-24" DIAMETER, for the unit price per linear foot of: LF 6,257 and (words) Dollars Cents.

15 Specification No Page P-4 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS REMOVAL OF CATCH BASINS, DROP INLETS, AND MANHOLES, for the unit price per each of: EA 48 (words) Dollars and Cents CURB REMOVAL FOR STORAGE, for the unit price per linear foot of: LF 1,500 (words) Dollars and Cents REMOVAL OF FENCE, for the unit price per linear foot of: LF 7,334 (words) Dollars and Cents REMOVE UTILITY POLE, for the unit price per each of: EA 4 (words) Dollars and Cents COMMON EXCAVATION, for the unit price per cubic yard of: CY 37,060 (words) Dollars and EMBANKMENT-IN-PLACE (F), for the unit price per cubic yard of: Cents. CY 11,200 and (words) Dollars Cents.

16 Specification No Page P-5 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS EMBANKMENT-IN-PLACE (INFILTRATION MEDIA), for the unit price per cubic yard of: CY 1,100 (words) Dollars and Cents COMMON STRUCTURE EXCAVATION EXPLORATORY, for the unit price per cubic yard of: CY 310 (words) Dollars and Cents SAND (F), for the unit price per cubic yard of: CY 10,300 (words) Dollars and GRAVEL (F), for the unit price per cubic yard of: Cents. CY 13,795 (words) Dollars and Cents CRUSHED GRAVEL (F), for the unit price per cubic yard of: CY 4,809 and (words) Dollars Cents.

17 Specification No Page P-6 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS CRUSHED GRAVEL FOR SHIMMING, for the unit price per cubic yard of: CY 1,500 (words) Dollars and HOT BITUMINOUS PAVEMENT, MACHINE METHOD, for the unit price per ton of: Cents. TON 11,010 (words) Dollars and Cents HOT BITUMINOUS PAVEMENT, HAND METHOD, for the unit price per ton of: TON 120 (words) Dollars and Cents PAVEMENT JOINT ADHESIVE, for the unit price per linear foot of: LF 16,284 (words) Dollars and Cents TEMPORARY BITUMINOUS PAVEMENT, for the unit price per ton of: TON 120 and (words) Dollars Cents.

18 Specification No Page P-7 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS 417 COLD PLANING BITUMINOUS SURFACES, for the unit price per square yard of: SY 1,687 (words) Dollars and CONCRETE CLASS A, for the unit price per cubic yard of: Cents. CY 20 (words) Dollars and WATER REPELLENT (SILANE/ SILOXANE), for the unit price per gallon of: Cents. GAL 4 (words) Dollars and Cents REINFORCING STEEL (ROADWAY), for the unit price per pound of: LB 115 (words) Dollars and Cents STONE FILL, CLASS D, for the unit price per cubic yard of: CY 705 and (words) Dollars Cents.

19 Specification No Page P-8 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS STONE FILL, CLASS E, for the unit price per cubic yard of: CY 700 (words) Dollars and Cents GEOTEXTILE; SUB. DRAINAGE CL. 2, NON-WOVEN, for the unit price per square yard of: SY 2,300 (words) Dollars and Cents GEOTEXTILE; STABILIZATION CL. 1 SLIT FILAMENT, WOVEN, for the unit price per square yard of: SY 4,400 (words) Dollars and Cents GEOTEXTILE; PERM. CONTROL CL.2, NON-WOVEN, for the unit price per square yard of: SY 555 (words) Dollars and " R.C. PIPE, 2000D, for the unit price per linear foot of: Cents. LF 80 and (words) Dollars Cents.

20 Specification No Page P-9 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " R.C. PIPE, 2000D, for the unit price per linear foot of: LF 485 (words) Dollars and " R.C. PIPE, 2000D, for the unit price per linear foot of: Cents. LF 450 (words) Dollars and " R.C. PIPE, 2000D, for the unit price per linear foot of: Cents. LF 225 (words) Dollars and " R.C. PIPE, 3000D, for the unit price per linear foot of: Cents. LF 195 (words) Dollars and " R.C. PIPE, 3000D, for the unit price per linear foot of: Cents. LF 475 (words) Dollars and " R.C. PIPE, 3000D, for the unit price per linear foot of: Cents. LF 75 and (words) Dollars Cents.

21 Specification No Page P-10 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " R.C. PIPE, 3000D, for the unit price per linear foot of: LF 130 (words) Dollars and Cents " ALUMINIZED STEEL END SECTION, for the unit price per each of: EA 4 (words) Dollars and " PLASTIC PIPE (SMOOTH INTERIOR), for the unit price per linear foot of: Cents. LF 17 (words) Dollars and " PLASTIC PIPE (SMOOTH INTERIOR), for the unit price per linear foot of: Cents. LF 110 (words) Dollars and " PLASTIC PIPE (SMOOTH INTERIOR), for the unit price per linear foot of: Cents. LF 60 and (words) Dollars Cents.

22 Specification No Page P-11 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " PLASTIC PIPE (SMOOTH INTERIOR), for the unit price per linear foot of: LF 3,750 (words) Dollars and " PLASTIC PIPE (SMOOTH INTERIOR), for the unit price per linear foot of: Cents. LF 375 (words) Dollars and " PLASTIC PIPE (SMOOTH INTERIOR), for the unit price per linear foot of: Cents. LF 295 (words) Dollars and Cents " x 30" PLASTIC PIPE-ARCH, for the unit price per linear foot of: LF 1,700 (words) Dollars and Cents POLYETHYLENE LINER, for the unit price per each of: EA 55 and (words) Dollars Cents.

23 Specification No Page P-12 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS OUTLET PIPE HOOD, for the unit price per each of: EA 55 (words) Dollars and Cents CATCH BASINS TYPE B, for the unit price per unit of: U 48 (words) Dollars and Cents CATCH BASINS TYPE B, 5-FOOT DIAMETER, for the price per unit of: U 12 (words) Dollars and Cents CATCH BASINS TYPE B, 6-FOOT DIAMETER, for the price per unit of: U 3 (words) Dollars and Cents SPECIAL CATCH BASINS (AIRCRAFT LOADING), for the price per unit of: U 2 (words) Dollars and DRAINAGE MANHOLES, for the price per unit of: Cents. U 5 and (words) Dollars Cents.

24 Specification No Page P-13 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS DRAINAGE MANHOLES, 5-FOOT DIAMETER, for the price per unit of: U 4 (words) Dollars and Cents DRAINAGE MANHOLES, 6-FOOT DIAMETER, for the price per unit of: U 1 (words) Dollars and Cents DRAINAGE MANHOLES, 8-FOOT DIAMETER, for the price per unit of: U 1.5 (words) Dollars and Cents SPECIAL MANHOLES, for the price per unit of: U 1 (words) Dollars and Cents SPECIAL MANHOLES, for the price per unit of: U 1 (words) Dollars and Cents SPECIAL MANHOLES (AIRCRAFT LOADING), for the price per unit of: U 1.2 and (words) Dollars Cents.

25 Specification No Page P-14 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS RECONSTRUCTING/ADJUSTING CATCH BASIN & DROP INLET, for the unit price per linear foot of: LF 2 (words) Dollars and Cents RECONSTRUCTING/ADJUSTING ELECTRICAL MANHOLES, for the unit price per linear foot of: LF 7 (words) Dollars and Cents RECONSTRUCTING/ADJUSTING TELEPHONE MANHOLES, for the unit price per linear foot of: LF 10 (words) Dollars and Cents DRAINAGE MANHOLE COVERS & FRAMES, for the unit price per each of: EA 2 (words) Dollars and Cents UNDERDRAIN FLUSHING BASINS, for the unit price per each of: EA 5 and (words) Dollars Cents.

26 Specification No Page P-15 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " AGGRE. UND. TYPE 2 WITH 6" P.C. POLY PIPE, for the unit price per linear foot of: LF 425 (words) Dollars and Cents PORTABLE CONCRETE BARRIER FOR TRAFFIC CONTROL, for the unit price per linear foot of: LF 250 (words) Dollars and Cents CHAIN LINK FENCE WITH ALUMINUM COATED STEEL FABRIC, 4' HIGH, for the unit price per linear foot of: LF 130 (words) Dollars and Cents CHAIN LINK FENCE WITH ALUMINUM COATED STEEL FABRIC, 6' HIGH, for the unit price per linear foot of: LF 1,384 (words) Dollars and Cents POST ASSEMBLIES FOR CHAIN LINK FENCE, 10' HIGH, for the unit price per each of: EA 13 and (words) Dollars Cents.

27 Specification No Page P-16 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS POST ASSEMBLIES FOR CHAIN LINK FENCE, 4' HIGH, for the unit price per each of: EA 6 (words) Dollars and POST ASSEMBLIES FOR CHAIN LINK FENCE, 6' HIGH, for the unit price per each of: Cents. EA 15 (words) Dollars and Cents ' OPENING GATE CHAIN LINK FENCE WITH ALUMINUM COATED STEEL FABRIC, 4' HIGH, for the price per unit of: U 2 (words) Dollars and Cents ' OPENING DOUBLE GATE, CHAIN LINK ALUM. COATED STEEL FABRIC, 6' HIGH, for the price per unit of: U 2 (words) Dollars and Cents ' OPENING DOUBLE GATE, CHAIN LINK ALUM. COATED STEEL FABRIC, 10' HIGH, for the price per unit of: U 1 and (words) Dollars Cents.

28 Specification No Page P-17 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS ' PERIMETER FENCE W/ WILDLIFE SKIRT & BARBED WIRE, for the unit price per linear foot of: LF 2,900 (words) Dollars and Cents RESETTING CHAIN LINK FENCE WITH ALIM. COATED STEEL FABRIC, 10 HIGH, for the unit price per linear foot of: LF 48 (words) Dollars and Cents " BITUMINOUS SIDEWALK (F), for the unit price per square yard of: SY 540 (words) Dollars and Cents " BITUMINOUS SIDEWALK (F), for the unit price per square yard of: SY 11 (words) Dollars and Cents STRAIGHT GRANITE SLOPE CURB 6" HIGH, for the unit price per linear foot of: LF 120 and (words) Dollars Cents.

29 Specification No Page P-18 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS CURVED GRANITE SLOPE CURB 6" HIGH, for the unit price per linear foot of: LF 160 (words) Dollars and Cents RESET GRANITE CURB, for the unit price per linear foot of: LF 1,350 (words) Dollars and Cents " CEMENT LINED DUCTILE IRON WATER PIPE, CL.52, for the unit price per linear foot of: LF 11 (words) Dollars and Cents " CEMENT LINED DUCTILE IRON WATER PIPE, CL.52, for the unit price per linear foot of: LF 225 (words) Dollars and Cents " GATE VALVE, for the unit price per each of: EA 1 and (words) Dollars Cents.

30 Specification No Page P-19 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " GATE VALVE, for the unit price per each of: EA 3 (words) Dollars and Cents REMOVE GATE VALVE, for the unit price per each of: EA 8 (words) Dollars and Cents REMOVE EXISTING VALVE PIT, for the unit price per each of: EA 1 (words) Dollars and ADJUSTING/RELOCATING HYDRANTS, for the unit price per each of: Cents. EA 5 (words) Dollars and Cents ABANDON AND REMOVE HYDRANT ASSEMBLY, for the price per unit of: U 1 and (words) Dollars Cents.

31 Specification No Page P-20 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS ADJUSTING WATER GATES AND SHUTOFFS, for the unit price per each of: EA 12 (words) Dollars and Cents STEEL CONDUIT, for the unit price per linear foot of: LF 50 (words) Dollars and Cents STEEL CONDUIT, for the unit price per linear foot of: LF 25 (words) Dollars and Cents CONCRETE PULL BOX 18", for the unit price per each of: EA 7 (words) Dollars and Cents MOLDED PULL BOX 13"X24", for the unit price per each of: EA 4 and (words) Dollars Cents.

32 Specification No Page P-21 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS RECONSTRUCTING/ADJUSTING PULL BOXES, for the unit price per linear foot of: LF 2 (words) Dollars and Cents /4" PVC CONDUIT, SCHEDULE 80, for the unit price per linear foot of: LF 1,400 (words) Dollars and Cents " PVC CONDUIT, SCHEDULE 80, for the unit price per linear foot of: LF 2,950 (words) Dollars and Cents " PVC CONDUIT, SCHEDULE 80, for the unit price per linear foot of: LF 1,900 (words) Dollars and Cents " PVC CONDUIT, SCHEDULE 80, for the unit price per linear foot of: LF 90 (words) Dollars and Cents " PVC CONDUIT, SCHEDULE 80, for the unit price per linear foot of: LF 70 and (words) Dollars Cents.

33 Specification No Page P-22 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS #4 THHN COPPER CONDUCTORS, for the unit price per linear foot of: LF 2,700 (words) Dollars and Cents #6 THHN COPPER CONDUCTORS, for the unit price per linear foot of: LF 2,450 (words) Dollars and Cents #8 THHN COPPER CONDUCTORS, for the unit price per linear foot of: LF 5,650 (words) Dollars and Cents #10 THHN COPPER CONDUCTORS, for the unit price per linear foot of: LF 5,550 (words) Dollars and Cents WI-FI CABINET POLE AND ANTENNA, for the price per unit of: U 1 and (words) Dollars Cents.

34 Specification No Page P-23 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS ELECTRICAL CONNECTION & HARDWARE - AMMON, for the price per unit of: U 1 (words) Dollars and Cents ELECTRICAL CONNCTION & HARDWARE - FREUDENBERG, for the price per unit of: U 1 (words) Dollars and Cents LOT D ELECTRICAL PANEL & METER RELOCATION AND RECONNECTION, for the price per unit of: U 1 (words) Dollars and Cents REMOVE AND SALVAGE WINDCONE, for the price per unit of: U 1 (words) Dollars and Cents TYPE L 807 (L), STYLE 1B, SIZE 1 WINDCONE AND FOUNDATION, for the price per unit of: U 1 and (words) Dollars Cents.

35 Specification No Page P-24 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS FIBER OPTIC CABLING, for the unit price per linear foot of: LF 375 (words) Dollars and RELOCATING TRAFFIC SIGN, TYPE A, for the price per unit of: Cents. U 3 (words) Dollars and Cents TRAFFIC SIGN TYPE C (F), for the unit price per square foot of: SF 202 (words) Dollars and RELOCATING TRAFFIC SIGN, TYPE C, for the price per unit of: Cents. U 18 (words) Dollars and Cents TRAFFIC SIGN TYPE C, PORTABLE BASE (F) for the unit price per square foot of: SF 15 (words) Dollars and Cents TRAFFIC SIGN TYPE CC (F), for the unit price per square foot of: SF 226 and (words) Dollars Cents.

36 Specification No Page P-25 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS RELOCATING TRAFFIC SIGN TYPE CC, for the price per unit of: U 1 (words) Dollars and FLAGGERS, for the unit price per hour of: Cents. HR 130 (words) Dollars and SECURITY GUARDS, for the unit price per hour of: Cents. HR 225 (words) Dollars and Cents MAINTENANCE OF TRAFFIC, for the price per unit of: U 1 (words) Dollars and PORTABLE CHANGEABLE MESSAGE SIGN, for the price per unit of: Cents. U 1 (words) Dollars and Cents STEEL WITNESS MARKERS, for the unit price per each of: EA 24 and (words) Dollars Cents.

37 Specification No Page P-26 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS 625 LIGHT POLE BASES, for the unit price per each of: EA 28 (words) Dollars and LIGHT POLE (HIGHWAY), for the price per unit of: Cents. U 8 (words) Dollars and Cents REMOVE LIGHT POLE & BASE, for the unit price per each of: EA 24 (words) Dollars and Cents RESET LIGHT POLE HIGHWAY, for the price per unit of: U 23 (words) Dollars and Cents PHOTOELECTRIC SWITCH, for the unit price per each of: EA 26 (words) Dollars and Cents SAWED BITUMINOUS PAVEMENT, for the unit price per linear foot of: LF 5,134 and (words) Dollars Cents.

38 Specification No Page P-27 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS RETROREFLECTIVE PAINT PAVE. MARKING, 4" LINE, for the unit price per linear foot of: LF 93,100 (words) Dollars and Cents RETROREFLECTIVE PAINT PAVE. MARKING, 6" LINE, for the unit price per linear foot of: LF 13,600 (words) Dollars and RETROREFLECTIVE PAINT PAVEMENT MARKING, SYMBOL OR WORD, for the unit price per square foot of: Cents. SF 35 (words) Dollars and Cents RETROREFLECT. THERMOPLAS. PAVE. MARKING, 18" LINE, for the unit price per linear foot of: LF 195 (words) Dollars and Cents RETROREFLECT. THERMOPLAS. PAVE. MARKING, 24" LINE, for the unit price per linear foot of: LF 15 and (words) Dollars Cents.

39 Specification No Page P-28 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS RETROREFLECT. THERMOPLAS. PAVEMENT MARKING, SYMBOL OR WORD, for the unit price per square foot of: SF 95 (words) Dollars and Cents OBLITERATE PAVE. MARKING LINE, 12" WIDE & UNDER, for the unit price per linear foot of: LF 585 (words) Dollars and 641 LOAM, for the unit price per cubic yard of: Cents. CY 8,700 (words) Dollars and Cents EROSION STONE, for the unit price per ton of: TON 550 (words) Dollars and RYEGRASS FOR TEMPORARY EROSION CONTROL, for the unit price per pound of: Cents. LB 460 and (words) Dollars Cents.

40 Specification No Page P-29 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS SILT FENCE, for the unit price per linear foot of: LF 5,550 (words) Dollars and STORM WATER POLLUTION PREVENTION PLAN, for the price per unit of: Cents. U 1 (words) Dollars and MONITORING SWPPP AND EROSION AND SEDIMENT CONTROLS, for the unit price per hour of: Cents. HR 165 (words) Dollars and Cents TURF ESTABLISHMENT WITH MULCH AND TACKIFIERS, for the unit price per acre of: A 11 (words) Dollars and Cents DECOMMISION MONITORING WELL, for the unit price per linear foot of: LF 150 and (words) Dollars Cents.

41 Specification No Page P-30 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS TEMPORARY LIGHTING, for the price per unit of: U 1 (words) Dollars and BOLLARDS, for the unit price per each of: Cents. EA 28 (words) Dollars and 699 MISCELLANEOUS TEMPORARY EROSION AND SEDIMENT CONTROL, for the unit price per allowance of: Cents. $$ $$ $15, $15, Fifteen Thousand (words) Dollars and No Cents FREUDENBERG LANDSCAPING, for the price per unit of: U 1 (words) Dollars and Cents RELOCATION OF PRE- FABRICATED BUS SHELTER, for the price per unit of: U 1 and (words) Dollars Cents.

42 Specification No Page P-31 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS LOT D EXIT FACILITY, for the price per unit of: U 1 (words) Dollars and BUS EXIT, for the price per unit of: Cents. U 2 (words) Dollars and Cents ELECTRICAL SERVICES - PSNH, for the unit price per allowance of: $$ $$ $13, $13, Thirteen Thousand (words) Dollars and No Cents FIELD DATA COLLECTION, for the price per unit of: U 1 and (words) Dollars Cents.

43 Specification No Page P-32 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BID ALTERNATE #1 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS SEWER MANHOLES, 4-FOOT DIAMETER for the unit price per vertical foot of: VF 6 (words) Dollars and SEWER MANHOLES, 5-FOOT DIAMETER, for the unit price per vertical foot of: Cents. VF 12 (words) Dollars and Cents x 12 PVC TEE/WYE, for the unit price per each of: EA 1 (words) Dollars and Cents x 12 PVC TEE/WYE, for the unit price per each of: EA 2 (words) Dollars and HDPE, INCLUDING 2 HYMAX COUPLING, for the unit price per linear foot of: Cents. LF 274 and (words) Dollars Cents.

44 Specification No Page P-33 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BID ALTERNATE #1 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: LF 35 (words) Dollars and " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: Cents. LF 231 (words) Dollars and Cents " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: LF 493 (words) Dollars and Cents REBUILD/REPLACE EXISTING MANHOLE INVERT, for the unit price per each of: EA 1 (words) Dollars and Cents CORE/RECORE AND BOOT EXISTING STRUCTURE, for the unit price per each of: EA 1 and (words) Dollars Cents.

45 Specification No Page P-34 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BID ALTERNATE #2 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS REMOVAL OF EXISTING PIPE, 0-24" DIAMETER, for the unit price per linear foot of: LF 1,903 (words) Dollars and REMOVAL OF EXISTING CATCH BASIN, DROP INLETS, AND MANHOLES, for the unit price per each of: Cents. EA 5 (words) Dollars and SEWER MANHOLES, 4-FOOT DIAMETER for the unit price per vertical foot of: Cents. VF 49 (words) Dollars and SEWER MANHOLES, 5-FOOT DIAMETER, for the unit price per vertical foot of: Cents. VF 32 (words) Dollars and Cents " x 12" PVC Tee/ Wye, for the unit price per each of: EA 1 and (words) Dollars Cents.

46 Specification No Page P-35 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BID ALTERNATE #2 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS " HDPE, INCLUDING 2 HYMAX COUPLING, for the unit price per linear foot of: LF 257 (words) Dollars and " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: Cents. LF 30 (words) Dollars and " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: Cents. LF 391 (words) Dollars and Cents " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: LF 142 (words) Dollars and Cents " SDR 35 PVC SEWER PIPE, for the unit price per linear foot of: LF 2,675 and (words) Dollars Cents.

47 Specification No Page P-36 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BID ALTERNATE #2 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS REBUILD/REPLACE EXISTING MANHOLE INVERT, for the unit price per each of: EA 1 (words) Dollars and Cents CORE/RECORE AND BOOT EXISTING STRUCTURE, for the unit price per each of: EA 1 and (words) Dollars Cents.

48 Specification No Page P-37 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center ADDITIVE ALTERNATE #1 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS REMOVING SMALL TREES, for the unit price per each of: EA 1 (words) Dollars and Cents REMOVAL OF FENCE, for the unit price per linear foot of: LF 116 (words) Dollars and Cents COMMON EXCAVATION, for the unit price per cubic yard of: CY 3,040 (words) Dollars and GRAVEL (F), for the unit price per cubic yard of: Cents. CY 1,950 (words) Dollars and Cents CRUSHED GRAVEL (F), for the unit price per cubic yard of: CY 975 (words) Dollars and HOT BITUMINOUS PAVEMENT, MACHINE METHOD, for the unit price per ton of: Cents. TON 990 and (words) Dollars Cents.

49 Specification No Page P-38 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center ADDITIVE ALTERNATE #1 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS PAVEMENT JOINT ADHESIVE, for the unit price per linear foot of: LF 116 (words) Dollars and 417 COLD PLANING BITUMINOUS SURFACES, for the unit price per square yard of: Cents. SY 13 (words) Dollars and CONCRETE CLASS A, for the unit price per cubic yard of: Cents. CY 5 (words) Dollars and WATER REPELLENT (SILANE/ SILOXANE), for the unit price per gallon of: Cents. GAL 1 (words) Dollars and Cents REINFORCING STEEL (ROADWAY), for the unit price per pound of: LB 25 and (words) Dollars Cents.

50 Specification No Page P-39 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center ADDITIVE ALTERNATE #1 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS CHAIN LINK FENCE WITH ALUMINUM COATED STEEL FABRIC, 6' HIGH, for the unit price per linear foot of: LF 116 (words) Dollars and Cents TRAFFIC SIGN TYPE CC (F), for the unit price per square foot of: SF 75 (words) Dollars and 625 LIGHT POLE BASES, for the unit price per each of: Cents. EA 4 (words) Dollars and LIGHT POLE (HIGHWAY), for the price per unit of: Cents. U 5 (words) Dollars and Cents RESET LIGHT POLE HIGHWAY, for the price per unit of: U 1 and (words) Dollars Cents.

51 Specification No Page P-40 Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center ADDITIVE ALTERNATE #1 BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS SAWED BITUMINOUS PAVEMENT, for the unit price per linear foot of: LF 116 (words) Dollars and Cents RETROREFLECTIVE PAINT PAVE. MARKING, 4" LINE, for the unit price per linear foot of: LF 7,900 (words) Dollars and BOLLARDS, for the unit price per each of: Cents. EA 6 (words) Dollars and Cents RELOCATION OF PRE- FABRICATED BUS SHELTER, for the price per unit of: U 1 and (words) Dollars Cents.

52 Specification No Page P-41 BID SUMMARY Company Name: Address: Telephone Number: Total Base Bid Amount written in words $ written in numbers Total Bid Alternate #1 Bid Amount written in words $ written in numbers Total Bid Alternate #2 Bid Amount written in words $ written in numbers Total Additive Alternate #1 Bid Amount written in words $ written in numbers

53 Specification No Page P-42 BASIS OF AWARD Bidder agrees to perform all work described in the specifications, shown on the plans or directed, for the above unit prices. The contract will be awarded to the RESPONSIBLE BIDDER submitting the lowest qualified bid for the Total Base Bid + Bid Alternate #2 + Additive Alternate #1 Bid. Should the bids exceed the available funding for the project, the contract will be awarded to the RESPONSIBLE BIDDER submitting the lowest qualified bid for the Base Bid + Bid Alternate #1 + Additive Alternate #1. Should the bids still exceed the available funding for the project, the contract will be awarded to the RESPONSIBLE BIDDER submitting the lowest qualified bid for the Base Bid + Bid Alternate #2. Should the bids still exceed the available funding for the project, the contract will be awarded to the RESPONSIBLE BIDDER submitting the lowest qualified bid for the Base Bid + Bid Alternate #1. Should the bids still exceed the available funding for the project, the contract will be awarded to the RESPONSIBLE BIDDER submitting the lowest qualified bid for the Base Bid. In the event there is a discrepancy between the prices written in words and those written in figures, the prices written in words shall govern. The Owner will reject any bid that does not contain a price for every item tabulated in the bid form. Unit prices shall govern incorrectly extended total amounts. The above unit prices shall include all labor, materials, equipment, incidentals, expenses, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn prior to September 30, The bidder agrees that the Owner may reduce the quantities under any bid item or may delete work items altogether if necessary to bring the contract awarded within funds available to finance the project. Such reduction or deletion of work shall not constitute a basis for withdrawal of this proposal or for adjustment of the unit or lump sum prices bid. Upon receipt of written notice of acceptance of this bid, bidder will execute the formal contract attached within 15 calendar days and deliver the Surety Bonds as required by the General Provisions. The bid security attached in the sum of - ($ ) is to become the property of the Owner in the event the contract and bonds are not executed within the time above set forth, as liquidated damages for the delay and additional expenses to the Owner caused thereby.

54 Specification No Page P-43 Respectfully submitted: Name of Bidder: By: Name and Title: (Signature) (Print or Type) Business Address: (SEAL if bid is by a corporation)

55 Specification No Page P-44 CERTIFICATE AS TO CORPORATE PRINCIPAL PROPOSAL I,, certify that I am the of the corporation named as Bidder in the above Proposal; that, who signed the said Proposal on behalf of the Bidder was then, of said corporation; that I know his signature and his signature thereto is genuine; and that said Proposal was duly signed, sealed and attested to for and in behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. (Corporate Seal)

56 Specification No Page P-45 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION The DBE goal for this project is 5.3 percent. All Bidders must submit an Assurance stating the percentages of minority business and womenowned businesses they intend to employ on this project. Within 4 days of the opening of Bids and before the award of a contract, the apparent successful competitor shall submit the following: 1. Name(s) of DBE subcontractor(s). 2. Description of work each is to perform. 3. Dollar value of each proposed minority business subcontract(s). If Bidders wish, they may submit the above information, in a separate, sealed envelope marked "D.B.E. Participation Information" with their Bid. REQUIRED ASSURANCE TO BE INCLUDED IN ALL PROPOSALS This firm assures that it will utilize no less than % DBE participation. CERTIFICATION OF BIDDER for the above: BIDDER'S NAME ADDRESS IRS NUMBER If the apparent successful competitor does not meet the goal, it shall submit a statement showing that a good faith effort was made by the competitor to meet the goal. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C

57 Specification No Page P-46 CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. Dated, 2015 By Legal Name of Person, Firm or Corporation

58 Specification No Page P-47 BUY AMERICAN CERTIFICATE By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, are produced in the United States, as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this provision. Product Country of Origin Dated, 2015 By Legal Name of Person, Firm or Corporation

59 Specification No Page P-48 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, THE UNDERSIGNED, (Name of Principal) as PRINCIPAL, and (Name of Surety) as SURETY, are held and are firmly bound unto the City of Manchester - Department of Aviation, hereinafter called the Owner, in the penal sum of lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated For Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center at Manchester Boston Regional Airport, Manchester, NH, AIP project No XXX-2015 NOW, THEREFORE, if the Principal shall not withdraw said bid prior to September 30, 2015 and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the Owner in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or in the event of the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bonds within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said bid and the amount for which the Owner may procure the required work or supplies or both, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue.

60 Specification No Page P-49 IN WITNESS WHEREOF, the above named Principal and Surety have executed this instrument under their several seals this day of, 2015 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In presence of: Individual Principal SEAL Business Address Individual Principal SEAL Attest: Business Address Corporate Principal Business Address (AFFIX CORPORATE SEAL) By: Attest: Corporate Surety Business Address (AFFIX CORPORATE SEAL) Countersigned: By: Attorney-in-Fact By: (Power of attorney for person(s) signing for surety company must be attached to this bond.)

61 Specification No Page P-50 CERTIFICATE AS TO CORPORATE PRINCIPAL I,, certify that I am the of the corporation named as Principal in the within bond; that, who signed the said bond on behalf of the Principal was then of said corporation; that I know his signature, and his signature thereto is genuine, and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. (Corporate Seal)

62 Specification No CONTRACT DOCUMENTS

63 Specification No Page C-1 CONTRACT DOCUMENTS CONTRACT THIS AGREEMENT, made this day of, 2015, by and between City of Manchester - Department of Aviation, hereinafter called "OWNER" and doing business as a corporation hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the project entitled Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center AIRPORT IMPROVEMENT PROGRAM NO XXX CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and will complete the work by the specified date, unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS: November 25, The contractor shall pay as liquidated damages the sum of for each and every calendar day that the work remains incomplete beyond the above specified time, as provided in the General Provisions 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of, or as shown in the BID Schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following:

64 Specification No Page C-2 (A) (B) (C) (D) (E) (F) (G) (H) (I) (J) This Agreement Addenda as listed herein Advertisement for Bids Information for Bidders Signed Copy of Proposal General Provisions Supplemental General Provisions FAA Provisions for AIP Projects Technical Specifications Drawings (as listed in Schedule of Drawings) In the event that any provision in any component part of this Contract conflicts with any provision of any other component part, the provision of the component part first enumerated in this Paragraph 5 shall govern. The various provisions in Addenda shall be construed in the order of preference of the component part of the Contract which each modified. Addenda Issued: No., dated, No., dated, No., dated, No., dated, The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Provisions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. The Contractor shall indemnify, hold harmless and defend the Owner, the United States of America, the Engineer, the Engineer's consultants, and their officers, board members, agents and employees (the "Indemnities") from and against all losses, suits, claims, liabilities, penalties, fines, judgments, costs and expenses, including without limitation attorneys' fees, consultants' fees and experts' fees arising out of, or in any manner predicated upon personal injury, death or property damage resulting from, relating to, caused by or arising out of (or which may be claimed to arise out of) the Contractor's performance of its obligations under this

65 Specification No Page C-3 Agreement; and is caused in whole or in part by any negligent or willful act or omission of the Contractor, its subcontractors, anyone directly or indirectly employed by either the Contractor or its subcontractors, or anyone for whose acts any of the foregoing may be liable. The agreements contained in the preceding sentence do not extend to claims for damages caused by gross negligence or willful misconduct of the Indemnities without contributory fault on the part of any person, firm, or corporation. In any and all claims against the Indemnitee or any one of the Indemnitees by any employee of the Contractor, its subcontractors, anyone directly or indirectly employed by an employee or subcontractor of the Contractor, or anyone for whose acts of such employees and subcontractors may be liable, the indemnification obligation shall not be limited to in any way by a limitation on the amount of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers compensation acts, disability benefit acts or other employee benefits acts. In the event that any action or proceeding is brought against the Indemnitee or any one of the Indemnitee by reason of any matter for which the Contractor has hereby agreed to indemnify, hold harmless and defend, the Contractor, upon notice from the Indemnitee or any one of them, covenants to resist or defend such action or proceeding with counsel acceptable to the Indemnitee or any one of them as the case may be. Notwithstanding the foregoing, nothing herein shall be deemed to constitute a waiver of the sovereign immunity of the City of Manchester - Department of Aviation which is hereby reserved to the City of Manchester - Department of Aviation. The provision of this indemnification shall survive the expiration or termination of this Agreement, and the Contractor's obligations hereunder shall apply whenever any one of the Indemnitees incurs costs or liabilities described above. 9. This Contract is executed in a number of counterparts, each of which is an original and constitutes the entire agreement between the parties. This contract shall be construed according to the laws of the State of New Hampshire. No portion of this contract shall be understood to waive the sovereign immunity of the City of Manchester - Department of Aviation. This contract shall not be amended, except as specified in the General Provisions.

66 Specification No Page C-4 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in Six (6) Originals on the date first above written. (SEAL) OWNER: ATTEST: City of Manchester - Department of Aviation By Name (please type) Name (typed) Title Title (SEAL) CONTRACTOR: ATTEST: By Name (please type) Name (please type) Title Title ADDRESS:

67 Specification No Page C-5 CONTRACT BONDS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS That we,, an individual*, a partnership*, a corporation organized under the laws of the State of having a usual place of business in the State of as Principal, and a corporation organized under the laws of the State of, and having a usual place of business in the State of, as Surety, are holden and stand firmly bound and obligated unto the City of Manchester - Department of Aviation (hereinafter the Owner), its successors and assigns, in the sum of Dollars ($ ), lawful money of the United States of America, to and for the true payment whereof, we bind ourselves and each of us, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has by means of a written agreement dated, 20, entered into a Contract with the Owner to Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center at Manchester Boston Regional Airport, Manchester, NH, AIP Project No XXX-2015 a copy of which Contract is attached hereto and by reference made a part hereof. *Strike out inapplicable terms

68 Specification No Page C-6 NOW, THEREFORE, THE CONDITION of this obligation is such that if the said Principal and his subcontractors shall well and truly keep and perform all the agreements, terms and conditions in said Contract set forth and specified to be by said Principal kept and performed, and shall well and truly indemnify and save harmless the Owner against all counsel fees paid or incurred by the Owner as a result of a breach of any condition of this bond, and against all claims and suits for damage to person or property arising from carelessness or want of due care, or any act or omission on the part of said Principal during the performance of said Contract, then this obligation shall be void; otherwise, it shall remain in full force and virtue. PROVIDED, FURTHER, that said Surety, for value received, hereby stipulates and agrees that no extension of time, or change in, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same and no failure or refusal of the Owner to withhold any monies from the Principal shall in any way affect its obligations on this bond, and it does hereby waive notice of any such extension of time, change, alterations or addition to the terms of the Contract or the work or to the specifications. In the event that the Contract is abandoned by the Principal, or is terminated by the Owner under the provisions of said Contract, said surety hereby further agrees that said surety shall, if requested in writing by the Owner, take action as is necessary to complete said Contract. This bond shall become effective at the same time as the Contract annexed hereto for the work hereinbefore mentioned. IN WITNESS WHEREOF, we have set our hands and seals to this bond, this day of,2015.

69 Specification No Page C-7 This bond shall become effective at the same time as the Contract annexed hereto for the work hereinbefore mentioned. In presence of: Individual Principal SEAL Business Address Individual Principal SEAL Attest: Business Address Corporate Principal Affix Corporate SEAL Business Address By: Attest: Corporate Surety Affix Corporate SEAL Business Address Countersigned: By: Attorney-in-Fact By:

70 Specification No Page C-8 CERTIFICATE AS TO CORPORATE PRINCIPAL PERFORMANCE BOND I,, certify that I am the of the corporation named as Principal in the within bond; that, who signed the said bond on behalf of the principal was then of said corporation; that I know his signature and his signature thereto is genuine; and that said bond was duly signed, sealed and attested to for and in behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. (Corporate Seal) (Power of attorney of person(s) signing Bond for Surety Company must be attached.) NOTE: Date of Bond must not be prior to date of Contract. If Principal is Partnership, all partners must execute bond.

71 Specification No Page C-9 CONTRACT BONDS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS That we,, an individual*, a partnership*, a corporation organized under the laws of the State of * having a usual place of business in the State of, as Principal, and a corporation organized under the laws of the State of, and having a usual place of business in the State of, as Surety, are holden and stand firmly bound and obligated unto the City of Manchester - Department of Aviation (hereinafter the Owner), its successors and assigns, in the sum of Dollars ($ ), lawful money of the United States of America, to and for the true payment whereof, we bind ourselves and each of us, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has, by means of a written agreement dated 2015, entered into a Contract with the Owner for Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center at Manchester Boston Regional Airport, Manchester, NH, AIP Project No XXX-2015 a copy of which contract is attached hereto and by reference made a part hereof. * Strike out inapplicable terms.

72 Specification No Page C-10 NOW, THEREFORE, THE CONDITION of this obligation is such that is the said Principal and his subcontractors shall pay for all labor performed or furnished, for all equipment hired, including trucks, for all material used or employed in such construction, including lumber so employed which is not incorporated in the work, and for fuels, lubricants, power, tools, hardware, and supplies purchased by said principal and used in carrying out said Contract, and for labor and parts furnished upon the order of said contractor for the repair of equipment used in carrying out said Contract, to furnish security thereunder and being in fact such security, and if said Principal shall well and truly indemnify and save harmless the Owner against all counsel fees paid or incurred by the Owner as a result of a breach of any condition of this bond, and against all claims and suits for damage to person or property arising from carelessness or want of due care, or any act or omission on the part of said Principal during the performance of said Contract, then this obligation shall be void; otherwise, it shall remain in full force and virtue. PROVIDED, FURTHER, that said Surety, for value received, hereby stipulates and agrees that no extension of time, or change in, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same and no failure or refusal of the Owner to withhold any monies from the Principal shall in any way affect its obligations on this bond, and it does hereby waive notice of any such extension of time, change, alterations, or addition to the terms of the Contract or the work or to the specifications. In addition to the obligations of the undersigned enumerated above, the bond is also made for the use and benefit of all persons, firms and corporations, who may furnish any material or perform any labor on account of said Contract, or rent or hire out any appliances or equipment used or employed in the execution of said Contract, and they and each of them are hereby made Obligees hereunder the same as if their own proper respective names were written herein as such, and they and each of them may proceed or sue hereon, and in case of failure of said Principal to carry out the foregoing provisions made for the use and benefit of any said persons, firms and corporations, the Owner as an additional remedy may maintain an action against the undersigned in its own name, but in trust for and for the benefit of said persons, firms and corporations. This bond shall become effective at the same time as the Contract annexed hereto for the work hereinbefore mentioned.

73 Specification No Page C-11 IN WITNESS WHEREOF, we have set our hands and seals to this bond, this, day of In presence of: Individual Principal SEAL Business Address Individual Principal SEAL Business Address Name of Corporate President SEAL By: Address Name of Surety (Corporate) SEAL Countersigned: Attorney-in-Fact By: Address

74 Specification No Page C-12 CERTIFICATE AS TO CORPORATE PRINCIPAL PAYMENT BOND I,, certify that I am the of the corporation named as Principal in the within bond; that, who signed the said bond on behalf of the principal was then of said corporation; that I know his signature and his signature thereto is genuine; and that said bond was duly signed, sealed and attested to for and in behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. (Corporate Seal) NOTE: NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners must execute bond. Power of attorney of person(s) signing bond for Surety Company must be attached.

75 Specification No Page C-13 SAFETY RESPONSIBILITY COVENANT It is hereby understood and agreed that the CONTRACTOR is responsible for health and safety on this project including, but not limited to, compliance with all applicable federal, state, and local regulations, codes, rules, orders, laws and ordinances regarding health and safety and shall, at all times, exercise and enforce reasonable precautions for the safety and welfare of all persons and property associated with or affected by this project. The CONTRACTOR's responsibility shall include providing adequate equipment and facilities necessary (including, if required, removal to a hospital) to furnish first aid to any person or person's who may be injured on the project site. The CONTRACTOR further agrees to defend, indemnify and hold harmless the OWNER and the ENGINEER from any expense, cost or loss including but not limited to fines, demands, suits, legal fees, or penalties, including costs of corrective measures, that the CONTRACTOR, OWNER or ENGINEER may sustain by reason of the CONTRACTOR's failure to provide a safe workplace or to comply with all health and safety laws, rules and regulations in connection with the performance of this Contract. To achieve the safety goals for this project, the CONTRACTOR shall designate a SAFETY OFFICER whose duty shall be to monitor the project on a daily basis in order to insure that all required safety measures are strictly adhered to and site safety is insured. The SAFETY OFFICER shall act for the CONTRACTOR on safety issues and shall have the right to shut down work on the site until safety deficiencies have been corrected. The project SAFETY OFFICER is designated as: Contractor By: Date Title

76 Specification No Page C-14 NOTICE OF AWARD To: PROJECT Description: Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center at Manchester Boston Regional Airport, Manchester, NH You are hereby notified that your Bid dated for the above work has been considered and accepted for items in the amount of. You are required by the Information for Bidders to execute and deliver six (6) copies of the attached Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond, Safety Responsibility Covenant, and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and Covenant within fifteen (15) days from the date of this Notice, the owner will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of 2015 Owner: City of Manchester Department of Aviation Name: By Title

77 Specification No Page C-15 ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged By: Contractor Title Dated this day of 2015.

78 Specification No Page C-16 NOTICE TO PROCEED To: Date: Project: Construct Relocated Roadway and Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center at Manchester Boston Regional Airport, Manchester, NH. You are hereby notified to commence WORK in accordance with the Agreement dated, 2015, on or before, 2015, and you are to complete the WORK by November 25, The date of completion of all WORK is, therefore, Owner: City of Manchester Department of Aviation Name: By Title

79 Specification No Page C-17 ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of, 2015 By Title

80 FAA PROVISIONS FOR AIP PROJECTS

81 FAA Airports Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors Contents Required Provisions Page 1 Updated February 10, 2014

82 REQUIRED CONTRACT PROVISIONS. Federal laws and regulations require that specific contract provisions be included in certain contracts, requests for proposals, or invitations to bid whether or not the contracts are federally-funded. This requirement is established within the grant assurances. Other contract provisions are required to be in federally-funded contracts, including all subcontracts. For purposes of determining requirements for contract provisions, the term contract includes subcontracts. The type and magnitude of a project determines whether a provision is required. Some Federal provisions have dollar thresholds that define when they are applicable. The majority of the Federal provisions may be incorporated within the contract itself. However, certain Federal notices are required to be identified within the Notice-to-Bidders. GENERAL REQUIREMENT FOR CONTRACTS. In general, the sponsor must: 1) Physically incorporate these contract provisions (not simply by reference) in each contract funded under AIP; 2) Require the contractor (including all subcontractors) to insert these contract provisions in each contract and subcontract, and further require that the clauses be included in all subcontracts; 3) Require the contractor (or subcontractor) to incorporate applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 4) Require that the prime contractor be responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider; and 5) Not modify the provisions. Minor additions covering state or sponsor requirements may be included in a separate supplemental specification, provided they do not conflict with federal laws and regulations and do not change the intent of the required contract provision. Subject to the applicability criteria noted in the specific contract provisions, these contract provisions apply to all work performed on the contract. GENERAL REQUIREMENT FOR REQUESTS FOR BIDS (ADVERTISEMENT) AND NOTICE TO BIDDERS In general, the sponsor may incorporate certain provisions by reference in the Request for Bids (the Advertisement) rather than including the entire text of the provision in the Request or Notice. The provisions that can be incorporated by reference in the Request or Notice are: 1) Buy American Preference Required Provisions Page 2 General Requirements Updated April 28, 2014

83 2) Foreign Trade Restriction 3) Davis Bacon 4) Affirmative Action 5) Governmentwide Debarment and Suspension 6) Governmentwide Requirements for Drug-free Workplace GENERAL REQUIREMENTS FOR ALL CONTRACTS ENTERED INTO BY OBLIGATED SPONSORS. Where noted, the sponsor must include certain notifications in contracts or solicitations for proposals regardless of funding source. FAILURE TO COMPLY WITH PROVISIONS. Failure to comply with the terms of these contract provisions may be sufficient grounds to: 1) Withhold progress payments or final payment, 2) Terminate the contract, 3) Seek suspension/debarment, or 4) Any other action determined to be appropriate by the sponsor or the FAA. REQUIRED CONTRACT PROVISIONS. The following list summarizes the contract provisions and to what types of contracts the provisions apply: All Contracts Regardless of Funding Source a. Civil Rights General Civil Rights Title VI 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 l. Trade Restriction Clause Required Provisions Page 3 General Requirements Updated April 28, 2014

84 m. 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 Required Provisions Page 4 General Requirements Updated April 28, 2014

85 ACCESS TO RECORDS AND REPORTS. (Reference: 2 CFR , 2 CFR ) APPLICABILITY. Applies to all AIP-funded projects and must be included in all contracts and subcontracts. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: 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. Required Provisions Page 5 Access to Records Updated February 10, 2014

86 AFFIRMATIVE ACTION REQUIREMENT. (Reference: 41 CFR part 60-4, Executive Order 11246) APPLICABILITY. Incorporate in all AIP-funded construction contracts and subcontracts that exceed $10,000. This notice must be placed within the solicitation for proposals. The goals for minority participation are dependent upon the Economic Area (EA) and Standard Metropolitan Statistical Area (SMSA). Refer to Volume 45 of the Federal Register dated 10/3/80. Page contains a table of all EA and SMSA and their associated minority goals. Executive Order has set a goal of 6.9% nationally for female participation for all construction contractors. MANDATORY CONTRACT LANGUAGE. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 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: A. Timetables B. Goals for minority participation for each trade (Vol. 45 Federal Register pg /3/80) C. 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 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 is also subject to the goals for both federally funded and nonfederally funded construction regardless of the percentage of federal participation in funding. 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 (a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, 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 Required Provisions Page 6 Affirmative Action Updated April 28, 2014

87 the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is [insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any]. AFFIRMATIVE ACTION PLAN. The Department of Labor is responsible for administering the Executive Order 11246, which contains requirements for an Affirmative Action Plan. This Plan is similar in content and requirements to the affirmative action plan required in 49 CFR Part 152 subpart e. 49 CFR Part 152 applied to grants issued under the Airport Development Aid Program, which was replaced by the Airport Improvement Program. Required Provisions Page 7 Affirmative Action Updated April 28, 2014

88 BREACH OF CONTRACT TERMS. (Reference 2 CFR 200 Appendix II(A)) APPLICABILITY. This provision is required in all contracts that exceed the simplified acquisition threshold. This threshold, fixed at 41 USC 403(11), is presently set at $100,000. MANDATORY CONTRACT LANGUAGE. The regulation does not prescribe mandatory language, however the following clause represents sample language that meets the intent of 2 CFR 200 Appendix II(A). This provision requires grantees to incorporate administrative, contractual or legal remedies in instances where contractors violate or breach contract terms. 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. 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. Required Provisions Page 8 Breach of Contract Terms Updated February 10, 2014

89 BUY AMERICAN PREFERENCE. (Reference: 49 USC 50101) APPLICABILITY. The sponsor must meet the Buy American preference requirements found in 49 USC in all AIP-funded projects. The Buy America requirements flow down from the sponsor to first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. The Buy American preference also applies to professional service agreements if the agreement includes any manufactured product as a deliverable. REQUIREMENTS. The Buy-American preference requirements established within 49 USC require that all steel and manufactured goods used on AIP projects must be produced in the United States. It also gives the FAA the ability to issue a waiver to the sponsor to use other materials on the AIP funded project. The FAA requires that these waivers be requested in advance of use of the materials on the AIP funded project. The sponsor may request that the FAA issue a waiver from the Buy American preference requirements if the FAA finds that: 1) applying the provision is not in the public interest; 2) the steel or manufactured goods are not available in sufficient quantity or quality in the United States; 3) the cost of components and subcomponents produced in the United States is more than 60 percent of the total components of a facility or equipment, and final assembly has taken place in the United States. Items that have an FAA standard specification item number (such as specific airport lighting equipment) is considered the equipment in this case. For construction of a facility, the application of this subsection is determined after bid opening; or 4) applying this provision would increase the cost of the overall project by more than 25 percent. NATIONAL BUY AMERICAN WAIVERS WEBSITE. The FAA Office of Airports maintains a list of equipment that has received waivers from the Buy American preference requirements on the website. Products listed on the Nationwide Buy American Waivers Issued list do not require a project specific Buy American preference requirement waiver from the FAA. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: BUY AMERICAN CERTIFICATION 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 Required Provisions Page 9 Buy American Preference Updated February 10, 2014

90 is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart ; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted. For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non-building construction projects such as runway or roadway construction; or equipment acquisition projects) must be submitted. ***** Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.) 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 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. not both) by inserting a checkmark ( ) or the letter X. Bidder or offeror hereby certifies that it will comply with 49 USC 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 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 products 3. 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: Required Provisions Page 10 Buy American Preference Updated February 10, 2014

91 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 results 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 furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the facility. The required documentation for a type 3 waiver is: a) Listing of all manufactured products 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 ; 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 and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total facility component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. 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 Required Provisions Page 11 Buy American Preference Updated February 10, 2014

92 * * * * * 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 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 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 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 Provisions Page 12 Buy American Preference Updated February 10, 2014

93 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 ; 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 Required Provisions Page 13 Buy American Preference Updated February 10, 2014

94 CIVIL RIGHTS - GENERAL. (Reference: 49 USC 47123) APPLICABILITY. The General Civil Rights Provisions found in 49 USC 47123, derived from the Airport and Airway Improvement Act of 1982, Section 520, apply to all AIP-funded projects. This provision is in addition to the Civil Rights Title VI provisions. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: GENERAL CIVIL RIGHTS PROVISIONS The contractor agrees that it will 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 handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of This provision also 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, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. Required Provisions Page 14 Civil Rights General Civil Rights Provision Updated February 10, 2014

95 CIVIL RIGHTS TITLE VI ASSURANCES. Appropriate clauses from the Standard DOT Title VI Assurances must be included in all contracts and solicitations. The clauses are as follows: 1) Title VI Solicitation Notice 2) Title VI Clauses for Compliance with Nondiscrimination Requirements. 3) Title VI Required Clause for Land Interests Transferred from the United States 4) Title VI Required Clause for Real Property Acquired Or Improved by the sponsor subject to the nondiscrimination Acts and Regulations. 5) Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility or Program 6) Title VI List Of Pertinent Nondiscrimination Statutes And Authorities APPLICABILITY. The sponsor must insert the Title VI Solicitation Notice in: 1) All solicitations for bids, requests for proposals work, or material subject to the nondiscrimination acts and regulations made in connection with Airport Improvement Program grants; and 2) All proposals for negotiated agreements regardless of funding source The Sponsor must insert the Title VI required contract clause and the Title VI list of Pertinent Nondiscrimination Statutes and Authorities in every contract or agreement, unless the sponsor has determined and the FAA has agreed, that the contract or agreement is not subject to the nondiscrimination Acts and the Regulations. The sponsor must insert the clauses of Title VI Clauses for Deeds Transferring United States Property, as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. The sponsor must include the Title VI Clauses for Transfer of Real Property Acquired or Improved Under the Activity, Facility, Or Program, the Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility or Program, and the Title VI List of Pertinent Nondiscrimination Authorities, as a covenant running with the land, in any future deeds, leases, licenses, permits, or similar instruments entered into by the sponsor with other parties: 1) For the subsequent transfer of real property acquired or improved under the applicable activity, project, or program; and Required Provisions Page 15 Civil Rights Title VI Assurances Updated February 10, 2014

96 2) For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program. MANDATORY CONTRACT LANGUAGE Title VI Solicitation Notice (Source: Appendix 4 of FAA Order , Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) Title VI Solicitation Notice: The (Name of Sponsor), 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 Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appendix 4 of FAA Order , Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) 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 Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor s obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. Required Provisions Page 16 Civil Rights Title VI Assurances Updated February 10, 2014

97 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 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 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 Clauses for Deeds Transferring United States Property (Source: Appendix B of Appendix 4 of FAA Order , Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein from the United States pursuant to the provisions of the Airport Improvement Program grant assurances. NOW, THEREFORE, the Federal Aviation Administration as authorized by law and upon the condition that the (Title of Sponsor) will accept title to the lands and maintain the project constructed thereon in accordance with (Name of Appropriate Legislative Authority), for the (Airport Improvement Program or other program for which land is transferred), and the policies and procedures prescribed by the Federal Aviation Administration of the U.S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Required Provisions Page 17 Civil Rights Title VI Assurances Updated February 10, 2014

98 Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the (Title of Sponsor) all the right, title and interest of the U.S. Department of Transportation/Federal Aviation Administration in and to said lands described in (Exhibit A attached hereto or other exhibit describing the transferred property) and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto (Title of Sponsor) and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the (Title of Sponsor), its successors and assigns. The (Title of Sponsor), in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]* (2) that the (Title of Sponsor) will use the lands and interests in lands and interests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended[, and (3) that in the event of breach of any of the above-mentioned non-discrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said land, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the Federal Aviation Administration and its assigns as such interest existed prior to this instruction].* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI.) Title VI Clauses for Transfer of Real Property Acquired or Improved Under the Activity, Facility, or Program (Source: Appendix C of Appendix 4 of FAA Order , Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the (Title of Sponsor) pursuant to the provisions of the Airport Improvement Program grant assurances. Required Provisions Page 18 Civil Rights Title VI Assurances Updated February 10, 2014

99 A. The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the case of deeds and leases add as a covenant running with the land ] that: 1. In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a Federal Aviation Administration activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Nondiscrimination Acts and Regulations listed in the Pertinent List of Nondiscrimination Authorities (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Nondiscrimination covenants, (Title of Sponsor) will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.* C. With respect to a deed, in the event of breach of any of the above Nondiscrimination covenants, the (Title of Sponsor) will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the (Title of Sponsor) and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility or Program (Source: Appendix D of Appendix 4 of FAA Order , Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by (Title of Sponsor) pursuant to the provisions of the Airport Improvement Program grant assurances. A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, as a covenant running with the land ) that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise Required Provisions Page 19 Civil Rights Title VI Assurances Updated February 10, 2014

100 subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the List of Pertinent Nondiscrimination Authorities. B. With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above nondiscrimination covenants, (Title of Sponsor) will have the right to terminate the (license, permit, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.* C. With respect to deeds, in the event of breach of any of the above nondiscrimination covenants, (Title of Sponsor) will there upon revert to and vest in and become the absolute property of (Title of Sponsor) and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) Title VI List of Pertinent Nondiscrimination Authorities (Source: Appendix E of Appendix 4 of FAA Order , Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) 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 nondiscrimination 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 et seq.), (prohibits discrimination on the basis of age); 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); Required Provisions Page 20 Civil Rights Title VI Assurances Updated February 10, 2014

101 The Civil Rights Restoration Act of 1987, (PL ), (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 ) 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 ) (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; 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 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 et seq). Required Provisions Page 21 Civil Rights Title VI Assurances Updated December 31, 2014

102 CLEAN AIR AND WATER POLLUTION CONTROL. (Reference: 49 CFR 18.36(i)(12)) Note, when the DOT adopts 2 CFR 200, this reference will change to 2 CFR 200 Appendix II(G)) APPLICABILITY. Incorporate in all professional service agreements, construction contracts and subcontracts that exceed $100,000. (Note that the 2 CFR 200 will raise this level to $150,000) MANDATORY CONTRACT LANGUAGE. Contractors and subcontractors agree: CLEAN AIR AND WATER POLLUTION CONTROL 1. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. Required Provisions Page 22 Clean Air and Water Pollution Control Updated May 22, 2014

103 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS. (Reference: 2 CFR 200 Appendix II (E)) APPLICABILITY. Incorporate in all professional service agreements, construction contracts and subcontracts that exceed $100,000. MANDATORY CONTRACT LANGUAGE. 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) above, 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 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 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 section. Required Provisions Page 23 Contract Workhours and Safety Standards Act Updated February 10, 2014

104 COPELAND ANTI-KICKBACK ACT (Reference: 2 CFR 200 Appendix II(D), 29 CFR parts 3 & 5) APPLICABILITY. Incorporate into all construction contracts and subcontracts that exceed $2,000 and are financed under the AIP program. MANDATORY CONTRACT LANGUAGE. The United States Department of Labor Wage and Hours Division oversees the Copeland Anti- Kickback Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of United States Department of Labor Wage and Hours Division can provide information regarding any specific clauses or assurances pertaining to the Copeland Anti-Kickback Act requirements required to be inserted in solicitations, contracts or subcontracts. Required Provisions Page 24 Copeland Anti-Kickback Act Updated February 10, 2014

105 DAVIS-BACON REQUIREMENTS. (Reference: 2 CFR 200 Appendix II(D)) APPLICABILITY. Incorporate into all construction contracts and subcontracts that exceed $2,000 and are financed under the AIP program. MANDATORY CONTRACT LANGUAGE. The mandatory language is as follows: 1. Minimum Wages DAVIS-BACON REQUIREMENTS (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 Required Provisions Page 25 Davis Bacon Requirements Updated February 10, 2014

106 (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 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. (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, Required Provisions Page 26 Davis Bacon Requirements Updated February 10, 2014

107 including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (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 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 Required Provisions Page 27 Davis Bacon Requirements Updated February 10, 2014

108 contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (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 full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 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 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 Required Provisions Page 28 Davis Bacon Requirements Updated February 10, 2014

109 on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an 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 full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate 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. Required Provisions Page 29 Davis Bacon Requirements Updated February 10, 2014

110 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 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 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. (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 Required Provisions Page 30 Davis Bacon Requirements Updated February 10, 2014

111 DEBARMENT AND SUSPENSION (NON-PROCUREMENT). (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order DOT Suspension & Debarment Procedures & Ineligibility) APPLICABILITY. The contract agreement that ultimately results from this solicitation is a covered transaction as defined by Title 2 CFR Part 180. Bidder must certify at the time they submit their proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. The bidder with the successful bid further agrees to comply with Title 2 CFR Part 1200 and Title 2 CFR Part 180, Subpart C by administering each lower tier subcontract that exceeds $25,000 as a covered transaction. Incorporate in all contracts and subcontracts that exceed $25,000. MANDATORY CONTRACT LANGUAGE. CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a covered transaction, must verify each lower tier participant of a covered transaction under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: 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. Required Provisions Page 31 Debarment and Suspension Updated February 10, 2014

112 DISADVANTAGED BUSINESS ENTERPRISE. (Reference: 49 CFR part 26) APPLICABILITY. The Disadvantaged Business Enterprise requirements found in 49 CFR part 26, apply to all AIPfunded projects and must be included in all contracts and subcontracts. This includes both project with contract goals and project relying on race/gender neutral means. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows. Other than to insert appropriate Sponsor information into the noted spaces, the Sponsor must not modify these contract clauses: 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 {specify number} days from the receipt of each payment the prime contractor receives from {Name of recipient}. The prime contractor agrees further to return retainage payments to each subcontractor within {specify the same number as above} 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 {Name of Recipient}. This clause applies to both DBE and non-dbe subcontractors. Required Provisions Page 32 Disadvantaged Business Enterprises Updated February 10, 2014

113 ENERGY CONSERVATION REQUIREMENTS. (Reference 2 CFR 200 Appendix II(H)) APPLICABILITY. The Energy Conservation Requirements found in 2 CFR 200 Appendix II(H), apply to all AIPfunded construction and equipment projects and must be included in all contracts and subcontracts. MANDATORY CONTRACT LANGUAGE. The regulation does not prescribe mandatory language, however the following clause represents sample language that meets the intent of 2 CFR 200 Appendix II(H): ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law ). Required Provisions Page 33 Energy Conservation Requirements Updated February 10, 2014

114 EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS. (Reference 41 CFR , Executive Order 11246) APPLICABILITY. Incorporate contract language and specifications into all construction contracts and subcontracts that exceed $10,000 and are financed under the AIP program. MANDATORY CONTRACT LANGUAGE. 41 CFR provides the mandatory contract language, but allows such necessary changes in language to be made to identify properly the parties and their undertakings. 41 CFR provides the mandatory specifications. 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, 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 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 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 Required Provisions Page 34 Equal Opportunity Updated February 10, 2014

115 further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 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 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 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 Required Provisions Page 35 Equal Opportunity Updated February 10, 2014

116 $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 ) 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 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with 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 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 fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other Required Provisions Page 36 Equal Opportunity Updated February 10, 2014

117 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 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. 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. Required Provisions Page 37 Equal Opportunity Updated February 10, 2014

118 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 l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are 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 (18.7a through 18.7p). 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 18.7a through 18.7p 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, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take Required Provisions Page 38 Equal Opportunity Updated February 10, 2014

119 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 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 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 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). Required Provisions Page 39 Equal Opportunity Updated February 10, 2014

120 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC 201, et seq.) APPLICABILITY. The federal minimum wage provisions are contained in the Fair Labor Standards Act (FLSA) which is administered by the United States Department of Labor Wage and Hour Division. All contracts and subcontracts must meet comply with the FLSA, including the recordkeeping standards of the Act. MANDATORY CONTRACT LANGUAGE. All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Fair Labor Standards Act (29 USC 201) Federal Agency with Enforcement Responsibilities U.S. Department of Labor Wage and Hour Division Required Provisions Page 40 Federal Minimum Wage Updated February 10, 2014

121 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES. (Reference: 49 CFR part 20, Appendix A) APPLICABILITY. The Lobbying and Influencing Federal Employees prohibition found in 49 CFR part 20, Appendix A, applies to all AIP-funded projects and must be included in all contracts and subcontracts. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of 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. Required Provisions Page 41 Lobbying and Influencing Federal Employees Updated February 10, 2014

122 NONSEGREGATED FACILITIES REQUIREMENT. (Reference: 41 CFR ) APPLICABILITY. Incorporate in all construction contracts and subcontracts that exceed $10,000. The notices must be placed within the solicitation for proposals. The actual certification must be incorporated in the contract agreement. MANDATORY CONTRACT LANGUAGE AND NOTICE. NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C Notice to Prospective Subcontractors of Requirements for Certification of Non- Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their Required Provisions Page 42 Nonsegregated Facilities Updated February 10, 2014

123 services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. Required Provisions Page 43 Nonsegregated Facilities Updated February 10, 2014

124 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) APPLICABILITY. The United States Department of Labor Occupational Safety & Health Administration (OSHA) oversees the workplace health and safety standards wage provisions from the Occupational Safety and Health Act of All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of MANDATORY CONTRACT LANGUAGE. All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Occupational Safety and Health Act of 1970 (20 CFR Part 1910) Federal Agency with Enforcement Responsibilities U.S. Department of Labor Occupational Safety and Health Administration Required Provisions Page 44 OSHA Updated February 10, 2014

125 RIGHT TO INVENTIONS. (Reference 2 CFR 200 Appendix II(F)) APPLICABILITY. The requirement for rights to inventions and materials found in 2 CFR 200 Appendix II(F) applies to all AIP-funded projects and must be included in all contracts and subcontracts. MANDATORY CONTRACT LANGUAGE. The regulation does not prescribe mandatory language, however the following clause represents sample language that meets the intent of 2 CFR 200 Appendix II(F). RIGHTS TO INVENTIONS All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Required Provisions Page 45 Rights to Inventions Updated February 10, 2014

126 TERMINATION OF CONTRACT. (Reference 2 CFR 200 Appendix II(B)) APPLICABILITY. Incorporate in all contracts and subcontracts that exceed $10,000. MANDATORY CONTRACT LANGUAGE. TERMINATION OF CONTRACT a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made, but no amount will be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2 of this clause. e. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. Required Provisions Page 46 Termination of Contract Updated February 10, 2014

127 TRADE RESTRICTION (Reference: 49 CFR part 30) APPLICABILITY. The trade restriction clause applies to all AIP-funded projects and must be included in all contracts and subcontracts. MANDATORY CONTRACT LANGUAGE. The mandatory language is as follows: TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Required Provisions Page 47 Trade Restriction Updated February 10, 2014

128 Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section Required Provisions Page 48 Trade Restriction Updated February 10, 2014

129 TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order ) APPLICABILITY. In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order Text Messaging While Driving (12/30/2009), FAA encourages recipients of Federal grant funds 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. MANDATORY CONTRACT LANGUAGE. By adopting the Applicability Language, the following contract language will meet the intent and requirement for Texting When Driving: TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order Text Messaging While Driving (12/30/2009), FAA encourages recipients of Federal grant funds 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. The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. Required Provisions Page 49 Texting When Driving Updated May 6, 2014

130 VETERAN S PREFERENCE (Reference: 49 USC 47112(c)) APPLICABILITY. The Veteran s preference clause found in 49 USC 47112(c) applies to all AIP-funded projects and must be included in all contracts and subcontracts that involve labor. MANDATORY CONTRACT LANGUAGE. The regulation does not prescribe mandatory language, however the following clause represents sample language that meets the intent of 49 USC 47112(c) is as follows: VETERAN S PREFERENCE In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Required Provisions Page 50 Veteran s Preference Updated May 6, 2014

131 GENERAL PROVISIONS

132 Specification No Page i Paragraph Title GENERAL PROVISIONS INDEX AASHTO ACCESS ROAD ADVERTISEMENT AIP AIR OPERATIONS AREA AIRPORT ASTM AWARD AWARDING AUTHORITY OR AGENT OF CITY BIDDER BUILDING AREA CALENDAR DAY CHANGE ORDER CONTRACT CONTRACT BOND CONTRACT ITEM (PAY ITEM) CONTRACT TIME CONTRACTOR DRAINAGE SYSTEM ENGINEER EQUIPMENT EXTRA WORK FAA FORCE ACCOUNT FEDERAL SPECIFICATIONS INSPECTOR INTENTION OF TERMS LABORATORY LIGHTING MAJOR AND MINOR CONTRACT ITEMS MATERIALS NOTICE OF AWARD NOTICE TO PROCEED OTHERS OWNER (SPONSOR) OWNER'S REPRESENTATIVE PAVEMENT PAYMENT BOND PERFORMANCE BOND PLANS PROJECT PROPOSAL PROPOSAL GUARANTY RIGHT-OF-WAY RUNWAY SPECIFICATIONS

133 Specification No Page ii Paragraph Title STRUCTURES SPONSOR SUBCONTRACTOR SUBGRADE SUPERINTENDENT SUPPLEMENTAL AGREEMENT SURETY TAXIWAY WORK WORKING DAY ADVERTISEMENT PREQUALIFICATION OF BIDDERS CONTENTS OF PROPOSAL FORMS ISSUANCE OF PROPOSAL FORMS INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE PREPARATION OF PROPOSAL IRREGULAR PROPOSALS BID GUARANTEE DELIVERY OF PROPOSAL WITHDRAWAL OR REVISION OF PROPOSAL PUBLIC OPENING OF PROPOSALS DISQUALIFICATION OF BIDDERS CONSIDERATION OF PROPOSALS AWARD OF CONTRACT CANCELLATION OF AWARD RETURN OF PROPOSAL GUARANTY REQUIREMENTS OF CONTRACT BONDS EXECUTION OF CONTRACT APPROVAL OF CONTRACT FAILURE TO EXECUTE CONTRACT INTENT OF CONTRACT ALTERATION OF WORK AND QUANTITIES OMITTED ITEMS EXTRA WORK MAINTENANCE OF TRAFFIC REMOVAL OF EXISTING STRUCTURES RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK FINAL CLEANING UP AUTHORITY OF THE ENGINEER CONFORMITY WITH PLANS AND SPECIFICATIONS COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS COOPERATION OF CONTRACTOR COOPERATION BETWEEN CONTRACTORS CONSTRUCTION LAYOUT AND STAKES AUTOMATICALLY CONTROLLED EQUIPMENT AUTHORITY AND DUTIES OF INSPECTORS INSPECTION OF THE WORK REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK

134 Specification No Page iii Paragraph Title LOAD RESTRICTIONS MAINTENANCE DURING CONSTRUCTION FAILURE TO MAINTAIN THE WORK PARTIAL ACCEPTANCE FINAL ACCEPTANCE CLAIMS FOR ADJUSTMENT AND DISPUTES SOURCE OF SUPPLY AND QUALITY REQUIREMENTS SAMPLES, TESTS, AND CITED SPECIFICATIONS CERTIFICATION OF COMPLIANCE PLANT INSPECTION ENGINEER'S FIELD OFFICE STORAGE OF MATERIALS UNACCEPTABLE MATERIALS OWNER-FURNISHED MATERIALS LAWS TO BE OBSERVED PERMITS, LICENSES, AND TAXES PATENTED DEVICES, MATERIALS, AND PROCESSES RESTORATION OF SURFACES DISTURBED BY OTHERS FEDERAL AID PARTICIPATION SANITARY, HEALTH, AND SAFETY PROVISIONS PUBLIC CONVENIENCE AND SAFETY BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS USE OF EXPLOSIVES PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE RESPONSIBILITY FOR DAMAGE CLAIMS THIRD PARTY BENEFICIARY CLAUSE OPENING SECTIONS OF THE WORK TO TRAFFIC CONTRACTOR'S RESPONSIBILITY FOR WORK CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS FAA FACILITIES AND CABLE RUNS FURNISHING RIGHTS-OF-WAY PERSONAL LIABILITY OF PUBLIC OFFICIALS NO WAIVER OF LEGAL RIGHTS ENVIRONMENTAL PROTECTION ARCHAEOLOGICAL AND HISTORICAL FINDINGS SUBLETTING OF CONTRACT NOTICE TO PROCEED PROSECUTION AND PROGRESS LIMITATION OF OPERATIONS OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION CHARACTER OF WORKERS, METHODS, AND EQUIPMENT TEMPORARY SUSPENSION OF THE WORK DETERMINATION AND EXTENSION OF CONTRACT TIME FAILURE TO COMPLETE ON TIME DEFAULT AND TERMINATION OF CONTRACT TERMINATION FOR NATIONAL EMERGENCIES WORK AREA, STORAGE AREA, & SEQUENCE OF OPERATIONS

135 Specification No Page iv Paragraph Title MEASUREMENT OF QUANTITIES SCOPE OF PAYMENT COMPENSATION FOR ALTERED QUANTITIES PAYMENT FOR OMITTED ITEMS PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK PARTIAL PAYMENTS PAYMENT FOR MATERIALS ON HAND ACCEPTANCE AND FINAL PAYMENT GENERAL DESCRIPTION OF PROGRAM QUALITY CONTROL ORGANIZATION PROJECT PROGRESS SCHEDULE SUBMITTALS SCHEDULE INSPECTION REQUIREMENTS QUALITY CONTROL TESTING PLAN DOCUMENTATION CORRECTIVE ACTION REQUIREMENTS SURVEILLANCE BY THE ENGINEER NONCOMPLIANCE GENERAL METHOD FOR COMPUTING PWL TESTING PWL s VERIFICATION TESTING

136 Specification No Page GP-1 PART I 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: AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron 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 ASTM. The American Society for Testing and Materials AWARD. The acceptance, by the Owner, of the successful bidder's proposal AWARDING AUTHORITY OR AGENT OF CITY. The person or group authorized by the Owner to award the Contract BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated 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 CALENDAR DAY. Every day shown on the calendar CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract.

137 Specification No Page GP CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders CONTRACT BOND. The approved form of security furnished by the Contractor and his surety as a guarantee of good faith and ability on the part of the Contractor to execute the work in accordance with the terms of the plans, specifications, and contract; this may include either or both a payment bond and a performance bond CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract 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 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 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative 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 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 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative 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 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner.

138 Specification No Page GP INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words ``directed,'' ``required,'' ``permitted,'' ``ordered,'' ``designated,'' ``prescribed,'' or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words ``approved,'' ``acceptable,'' ``satisfactory,'' or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer 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 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items MATERIALS. Any substance specified for use in the construction of the contract work NOTICE OF AWARD. A written notice to the successful bidder stating that his bid has been accepted and that, in accordance with the terms of the notice and the specifications, he is required to execute the contract and furnish satisfactory contract bond NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins OTHERS. Other Contractors, this Contractor under another contract agreement, organizations not connected with this Contractor which are performing functions in relation to this project, or personnel retained by the Owner OWNER. The term Owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term Owner. Where the term Owner is capitalized in this document, it shall mean airport owner or sponsor only OWNER'S REPRESENTATIVE. Whosoever the Owner may designate as his representative at the site of the contract work. This may include the Engineer PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit.

139 Specification No Page GP PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract 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 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport 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 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner RIGHT-OF-WAY. All lands or other property interests provided or acquired for the development and operation of an airport and its appurtenances RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft 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 SPONSOR. See definition above of Owner STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein SUBCONTRACTOR. A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate contract or agreement with, the Contractor SUBGRADE. The soil that forms the pavement foundation 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.

140 Specification No Page GP SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas 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 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract when work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10

141 Specification No Page GP-6 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS ADVERTISEMENT (Notice to Bidders). Refer to Page A PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/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/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 Contractor'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/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 his/her (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 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 hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening 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 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner.

142 Specification No Page GP-7 d. Unsatisfactory work on previous contracts with the Owner INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do 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 his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons:

143 Specification No Page GP-8 a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts 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 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids 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 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.

144 Specification No Page GP-9 c. If the bidder is considered to be in ``default'' for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20

145 Specification No Page GP-10 SECTION 30 AWARD AND EXECUTION OF CONTRACT 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 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 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 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section 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

146 Specification No Page GP-11 otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended 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 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30

147 Specification No Page GP-12 SECTION 40 SCOPE OF WORK 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 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by ``Change Orders'' issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. For AIP contracts all supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 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

148 Specification No Page GP-13 contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagperson, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection.

149 Specification No Page GP-14 The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the Owner when so utilized in the work RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used.

150 Specification No Page GP-15 It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40

151 Specification No Page GP-16 SECTION 50 CONTROL OF WORK 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 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term ``reasonably close conformity'' shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term ``reasonably close conformity'' is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto.

152 Specification No Page GP COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others CONSTRUCTION LAYOUT AND STAKES. The Engineer shall provide horizontal and vertical control only, as indicated on the plans. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of

153 Specification No Page GP-18 negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway minimum 5 per station b. Taxiways minimum 3 per station c. Holding apron areas minimum 3 per station d. Roadways minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway minimum 5 per station b. Taxiways minimum 3 per station c. Holding apron areas minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways each paving lane width (2). Taxiways each paving lane width (3). Holding areas each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations

154 Specification No Page GP-19 Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI s, PAPI s, REIL s, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the 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.

155 Specification No Page GP-20 Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations.

156 Specification No Page GP-21 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 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. 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 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within l0 calendar days, submit his/her written claim to the

157 Specification No Page GP-22 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

158 Specification No Page GP-23 SECTION 60 CONTROL OF MATERIALS SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/ , Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The airport lighting equipment that is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection IS LISTED IN THE APPROPRIATE TECHNICAL SPECIFICATIONS INCLUDED IN THESE SPECIFICATIONS SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A

159 Specification No Page GP-24 legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by ``brand name or equal'' and the Contractor elects to furnish the specified ``brand name,'' the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an ``or equal'' material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed ``or equal'' is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished.

160 Specification No Page GP-25 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 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. 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 furnish FAX machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the work STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property 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 used in the work.

161 Specification No Page GP OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Ownerfurnished materials. END OF SECTION 60

162 Specification No Page GP-27 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work 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. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work.

163 Specification No Page GP-28 As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the

164 Specification No Page GP-29 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/ 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 dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner 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

165 Specification No Page GP-30 any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the ``Workmen's Compensation Act,'' or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suit(s), action(s), or claim(s) for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract 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/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic.

166 Specification No Page GP CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer.

167 Specification No Page GP-32 In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point-of-Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point-of-Contact a minimum of 48 hours prior to the time of the required outage.

168 Specification No Page GP-33 d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities standards to the satisfaction of the above named FAA Point-of-Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point-of-Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities specifications and require approval by the above named FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rightsof-way upon which the work is to be constructed in advance of the Contractor's operations PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate

169 Specification No Page GP-34 the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70

170 Specification No Page GP-35 SECTION 80 PROSECUTION AND PROGRESS SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70.

171 Specification No Page GP-36 When the contract work requires the Contractor to work within an AIR OPERATIONS AREA (AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions) OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/ The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer 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 and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders.

172 Specification No Page GP-37 All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport.

173 Specification No Page GP 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 on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing

174 Specification No Page GP-39 between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the ``Notice to Proceed,'' or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or

175 Specification No Page GP-40 c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor.

176 Specification No Page GP-41 Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed 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/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. END OF SECTION 80

177 Specification No Page GP-42 SECTION 90 MEASUREMENT AND PAYMENT MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term ``ton'' will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from

178 Specification No Page GP-43 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. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) 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 titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (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.

179 Specification No Page GP-44 Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales ``overweighing'' (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been ``underweighing'' (indicating less than correct 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 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the ``basis of payment'' subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order

180 Specification No Page GP-45 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 nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax.

181 Specification No Page GP-46 Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim 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

182 Specification No Page GP-47 sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all

183 Specification No Page GP-48 amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90

184 Specification No Page GP-49 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that 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, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 7 calendar days before the preconstruction conference.

185 Specification No Page GP-50 The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph a and b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer.

186 Specification No Page GP-51 (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section (2) Performance of all quality control tests as required by the technical specifications and Section 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 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the

187 Specification No Page GP-52 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 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized 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:

188 Specification No Page GP-53 a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed.

189 Specification No Page GP-54 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; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work NONCOMPLIANCE.

190 Specification No Page GP-55 a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100

191 Specification No Page GP-56 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 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 n) 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(s), Q L for Lower Quality Index and/or Q U 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 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 = (x 1 + x 2 + x x n) / n Where: X = Sample average of all sublot values within a lot x 1, x 2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S n) by use of the following formula:

192 Specification No Page GP-57 set average value X S n = [(d d d d n2 )/(n-1)] 1/2 Where: S n = Sample standard deviation of the number of sublot values in the d 1, d 2, = Deviations of the individual sublot values x 1, x 2, from the n that is: d 1 = (x 1 - X), d 2 = (x 2 - X) d n = (x n - X) = Number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index Q L by use of the following formula: Q L = (X - L) / S n Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with Q L, using the column appropriate to the total number (n) of measurements. If the value of Q L falls between values shown on the table, use the next higher value of PWL. g. For double-sided specification limits (i.e. L and U), compute the Quality Indexes Q L and Q U by use of the following formulas: Q L = (X - L) / Sn and Q U = (U - X) / Sn Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with Q L and Q U, using the column appropriate to the total number (n) of measurements, and determining the percent of material above P L and percent of material below P U for each tolerance limit. If the values of Q L fall between values shown on the table, use the next higher value of P L or P U. Determine the PWL by use of the following formula: PWL = (P U + P L) Where: P L = percent within lower specification limit P U = percent within upper specification limit Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. EXAMPLE OF PWL CALCULATION 1. Density of four random cores taken from Lot A. A A

193 Specification No Page GP-58 A A n = 4 2. Calculate average density for the lot. X = (x1 + x2 + x3 +...xn) / n X = ( ) / 4 X = percent density 3. Calculate the standard deviation for the lot. (4-1)] 1/2 Sn= [(( ) 2 + ( ) 2 +( ) 2 + ( ) 2 )) / Sn = [( ) / 3] 1/2 Sn = Calculate the Lower Quality Index Q L for the lot. (L=96.3) Q L = (X -L) / Sn Q L = ( ) / 1.15 Q L = Determine PWL by entering Table 1 with Q L= 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 A A A Calculate the average air voids for the lot. X = (x1 + x + x3...n) / n X = ( ) / 4 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = [(( ) 2 + ( ) 2 + ( ) 2 + ( ) 2 ) / (4-1)] 1/2 Sn = [( ) / 3] 1/2 Sn = 1.12

194 Specification No Page GP Calculate the Lower Quality Index Q L for the lot. (L= 2.0) Q L = (X - L) / Sn Q L = ( ) / 1.12 Q L = Determine P L by entering Table 1 with Q L = 1.41 and n = 4. PL = Calculate the Upper Quality Index Q U for the lot. (U= 5.0) Q U = (U - X) / Sn Q U = ( ) / 1.12 Q U = Determine P U by entering Table 1 with Q U = 1.29 and n = 4. P U = Calculate Air Voids PWL PWL = (P L + P U) PWL = ( ) = 90 EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E 78) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A. arranged in descending order. A A A A Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = Use average density, standard deviation, and test criterion value to evaluate density measurements.

195 Specification No Page GP-60 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 ( ) / 1.15 greater than 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, the measurement is not considered an outlier for A-1 Check if ( ) / 1.15 greater than 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 was: greater than ( x1.15) = percent or, less than ( x1.15) = percent

196 Specification No Page GP-61 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and PU) Positive Values of Q (QL and QU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=

197 Specification No Page GP-62 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and PU) Negative Values of Q (QL and QU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n= END OF SECTION 110

198 Specification No Page GP-63 SECTION 120 NUCLEAR GAUGES TESTING. When the specifications provide for nuclear gage acceptance testing of material for Items P-152, P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex A1. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument. The gage shall be standardized daily in accordance with ASTM D 2922, paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 3017, paragraph 7. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 2922 is used When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Item Number Specification Tolerance (L) for Density, (percent of laboratory maximum) Item P for cohesive material, 95.5 for non-cohesive Item P Item P Item P If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater VERIFICATION TESTING. (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture-density in accordance with ASTM D 1557 for aircraft gross weights 60,000 pounds or more, and (2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a "one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 1557 for aircraft gross weights 60,000 pounds or more.

199 Specification No Page GP-64 Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120

200 SUPPLEMENTAL GENERAL PROVISIONS

201 Specification No SGP-1 of 7 PARAGRAPH INDEX for SUPPLEMENTAL GENERAL PROVISIONS PARAGRAPH PAGE NUMBER PARAGRAPH TITLE NUMBER Paragraph Index... SGP-1 I. Enumerations of Forms, Specifications, Drawings and Addenda... SGP-2 II. Contract Document Drawings... SGP-3 III. Special Inspection Requirements... SGP-4 IV. "Or Equal" Clause... SGP-4 V. Protection of Lives and Health... SGP-4 VI. Insurance... SGP-5 VII. Special Hazards... SGP-7 VIII. Modifications to FAA General Provisions... SGP-7

202 Specification No SGP-2 of 7 I. ENUMERATION OF FORMS, SPECIFICATIONS, DRAWINGS AND ADDENDA 1. The following are the Forms, Specifications, Drawings, and Addenda which constitute the Contract Documents as stipulated in Paragraph 1 of the General Provisions entitled "Contract and Contract Drawings": SPECIFICATIONS Title Sheet Information Sheet Table of Contents... i BIDDING REQUIREMENTS Advertisement for Bids... A-1-A-2 Information for Bidders... I-1 - I-5 Proposal... P-1 - P-47 Bid Bond... P-48 P-50 CONTRACT DOCUMENTS Contract... C-1 - C-4 Contract Bonds... C-5 C-12 Safety Responsibility Covenant... C-13 Notice of Award... C-14 C-15 Notice to Proceed... C-16 C-17 TECHNICAL SPECIFICATIONS Technical Specifications... TS-1 Supplemental Specifications... SS-1 Special Provisions... SP-1 SCHEDULE OF DRAWINGS Sheet No. Title 1 TITLE SHEET 2-3 INDEX & GENERAL NOTES (1-2) 4-5 STANDARD SYMBOLS 6 KEY PLAN 7-8 ROADWAY AND PARKING LOT TYPICAL SECTIONS 9-17 GENERAL PLAN (1-9) ROADWAY PROFILES (1-7) MISCELLANEOUS DETAILS (1-3) GRADING AND DRAINAGE PLAN (1-9) DRAINAGE NOTES (1-4) DRAINAGE DETAILS (1-3) UTILITY PLAN (1-9) 53 WATER & SEWER NOTES

203 Specification No SGP-3 of WATER & SEWER DETAILS (1-2) ELECTRICAL DETAILS (1-2) LAYOUT, MARKING, & SIGNAGE PLAN (1-9) 67 SIGN DETAILS 68 SIGN TEXT LAYOUT 69 LANDSCAPING PLAN 70 LANDSCAPE DETAILS EROSION CONTROL DETAILS (1-3) 74 AIRSIDE PHASING PLAN TRAFFIC CONTROL PLAN (1-4) CROSS SECTIONS AMMON DRIVE CROSS SECTIONS (1-17) SERVICE ROAD CROSS SECTIONS (1-9) GREEN DRIVE CROSS SECTIONS (1-2) II. CONTRACT DOCUMENT DRAWINGS Attention shall be directed to the General Provisions and to the Supplemental General Provisions for complete definition and enumeration of the Contract Documents. Particular attention shall be directed to paragraph 50.17, Additional Instructions and Detail Drawings, of the General Provisions and to the drawings, specifications, and addenda enumerated in Paragraph I of the Supplemental General Provisions which form a part of this contract. A. Dimensions The drawings are made to scale, unless otherwise noted, but all working dimensions shall be taken from the figured dimensions or by actual measurements at the work, and in no case by scaling the prints. The Contractor (and his/her subcontractors) shall study and compare all drawings and verify all figures before laying out or constructing the work and shall be responsible for any and all errors in the Contract work which might have been avoided thereby. Whether or not an error is believed to exist, deviations from the drawings and the dimensions given thereon shall be made only after approval in writing is obtained from the Engineer. The Contractor (and his/her subcontractors) shall take all measurements of existing established conditions not-withstanding the figured dimensions are not in agreement with the Contractor's (or his/her subcontractors) measurements, the Engineer shall be immediately notified and the Engineer will promptly adjust same. B. Diagrammatic Drawings 1. Work and Materials Included Plans or drawings where the work is shown diagrammatically indicate approved working systems. Every piece of material, fitting, fixture or small equipment is not shown nor is every difficulty or interference that may be encountered. To carry out the true intent and purpose of the Contract Documents, all necessary parts to make complete, approved working systems, or installations shall be included as if detailed on the drawings.

204 Specification No SGP-4 of 7 2. Location of Construction The location of construction or installations shown on the drawings, unless exactly dimensioned, shall be considered as approximate only. The Contractor (and his/her subcontractors) shall adjust the position of the construction and installation in accordance with good working practices and as directed or approved by the Engineer to meet interferences, provide proper clearance and provide proper access space for operations and maintenance. C. Typical Details Where shown on the drawings, typical details shall apply to each and every item of the Contract work where such items are incorporated and the detail is applicable. Unless noted otherwise, such typical details shall be applicable in full. III. SPECIAL INSPECTION REQUIREMENTS A. The project will be financially aided by grants from the Federal Aviation Administration (U. S. Government) and from the All work done under this Contract will be subject to the rules and regulations and the approval of said Administration and Department. The Contractor shall provide authorized representatives of said Administration and Department with proper access to the work for inspection purposes at any time during the preparation for or progress on the Contract work. B. The Contractor shall throughout the course of the work give proper notice to the Engineer and all others having jurisdiction of his/her schedule of operations. It shall be the Contractor's responsibility to have all parts of the work inspected and approved by the proper authorities as required. C. All applicable inspection and certification requirements of the Standard Specifications referred to herein will be enforced, in addition to any other inspections or certifications deemed necessary by the Engineer. IV. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturer's or vendor's names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Engineer, of equal substance and function. It shall not be purchased or installed by the Contractor without the Engineer's written approval. V. PROTECTION OF LIVES AND HEALTH In order to protect the lives and health of his/her employees under the contract, the Contractor shall comply with all pertinent provisions of the "Manual of Accident Prevention in Construction" issued by the Associated General Contractors of America, Inc., and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. He/she alone shall be responsible for the safety, efficiency, and adequacy of

205 Specification No SGP-5 of 7 his/her plant, appliances, and methods, and for any damage which may result from their failure of their improper construction, maintenance or operation. VI. INSURANCE A. General 1. The Contractor, under any circumstances, shall not commence work under this Contract until he/she has obtained all the insurance required by these Specifications. The Owner and the Engineer shall be named as certificate holder on all policies. The types and minimum amounts of the insurance to be provided by the contractor shall be as specified below. B. Types and Minimum Limits 1. Workmen's Compensation Insurance The Contractor shall procure and shall maintain during the life of this Contract Workmen's Compensation Insurance as required by applicable State of territorial law for all of his/her employees to be engaged in work at the site of the project under this Contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen"s Compensation Insurance for all the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's Compensation Insurance. In case any class of employees engaged in hazardous work on this project under this Contract is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his/her employees as are not otherwise protected. 2. Contractor's Public Liability and Property Damage and Vehicle Liability and Property Damage Insurance The Contractor shall procure and shall maintain during the life of this Contract, Contractor's Public Liability Insurance, Contractor's Property Damage Insurance, and Vehicle Liability Insurance. The Public Liability and Property Damage policies shall be extended to cover completed operations for a period of one year following acceptance of the contract work. The limits of insurance coverage shall be as follows: For bodily injury: $ 500, Each person $ 1,000, Each person For property damage: $ 1,000, Each accident $ 3,000, Aggregate The insurance required under this subparagraph shall provide adequate protection for the contractor against damage claims which may arise from operation under this contract, whether

206 Specification No SGP-6 of 7 such operations be by the insured or by anyone directly or indirectly employed by him/her and also against any damage or injury to aircraft or persons in aircraft operating on or near the project site. The insurance shall also cover damage or injury resulting from the use, storage, handling or transportation of explosives in connection with the contract work. 3. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance The Contractor shall either (a) require each of his/her subcontractors to procure, and to maintain during the life of his/her subcontract, Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability and Property Damage Insurance of the types and amount specified in (2) above or (b) insure the activities of all subcontractors under the Contractor's own policies specified in (2) above. 4. Builder's Risk Insurance and/or All Risk Property Damage Insurance (Fire and Extended Coverage Until the project is completed and accepted by the Owner the Contractor is required to maintain Builder's Risk Insurance and/or All Property Damage Insurance (Fire and Extended Coverage) on a 100 percent completed value basis on all materials and workmanship utilized all portions of the project for the benefit of the Owner, the Contractor and subcontractor as their interests may appear. 5. Owner's, Contractor's Protective Insurance The Contractor shall procure and maintain during the life of this Contract at his/her own expense and shall furnish to the Owner a separate Owner's Contractor's Protective Policy providing public liability and property damage with the following minimum limits: For bodily injury: $ 500, Each person $ 1,000, Each accident For property damage: $ 1,000, Each accident $ 3,000, Aggregate C. Insurance Certificates 1. The Contractor shall furnish the Owner at the time of executing the Contract, Certificates of Insurance showing clearly the types and amounts of insurance coverage, the operations covered, effective dates, and expiration dates for all of the required insurance coverage. Certificates of Insurance shall be endorsed essentially as follows: "None of the coverage indicated on the Certificate will be modified or cancelled without ten days prior written notice to the Owner." The Certificates of Insurance shall clearly state all of the requirements specified in all these subparagraphs and shall state the month and year of the Contract. Acceptance of the insurance certificates by the Owner shall not relieve or decrease the liability of the Contractor under the Contract.

207 Specification No SGP-7 of 7 VII. SPECIAL HAZARDS The Contractor's and Subcontractor's Public Liability, Property Damage, Vehicle Liability, and Vehicle Property Damage insurance coverage shall provide adequate protection against the following special hazards: A. Damage or injury to aircraft or persons in aircraft operating on or near the project site, resulting from any operations under this Contract. B. Damage or injury resulting from the use, storage, handling or transportation of explosives in connection with the Contract work. VIII. MODIFICATIONS TO FAA GENERAL PROVISIONS These Supplementary Conditions amend or supplement the FAA General Provisions and other provisions of the contract documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Section 60 Control of Materials Delete: Samples, Tests and Cited Specifications Certificate of Compliance Engineers Field Office Add: NHDOT Standard Specifications for Road and Bridge Construction Section 106 Control of Materials (Subsections & ). Section 90 Measurement and Payment Delete: Measurement of Quantities Add: NHDOT Standard Specifications for Road and Bridge Construction Section 109 Measurement and Payment (Subsections & ). Delete Section 110 and Section 120 in their entirety. :

208 SPECIAL CONDITIONS

209 Specification No SC-1 of 12 SPECIAL CONDITIONS CONTRACT DOCUMENTS This section of these specifications is a part of the Contract Documents as defined in the General Provisions. All applicable parts of the balance of the Contract Documents are equally as binding for this as for all other sections GENERAL. The special requirements set forth in this section of these specifications shall govern any aspect of the contract work where the Owner or the Engineer deems such requirements applicable. The purpose of these requirements is to insure that the contract work does not damage private property or create any hazard to aircraft operations, and point out special coordination or schedule conditions that the Contractor should be aware of. It shall be the Contractor's responsibility to conduct all work in strict accordance with the special requirements set forth herein and to fully cooperate with the Owner and the Engineer in every way necessary to fulfill the purposes of these requirements as set forth above DESCRIPTION. The work includes the realignment of approximately 2,800 linear feet of Ammon Drive; approximately 3,300 linear feet of Service Road; and reconstruction of Parking for: Airport Lot s C & D, Freudenberg/NOK, and Ammon Center; to provide a 400 Runway Object Free Area (ROFA) for Runway 6/24. The work also includes closed drainage system reconstruction; an underground stormwater infiltration system; approximately 2,300 linear feet of 12 sewer main relocation; supplemental windcone replacement; bus shelter, exit booth, & exit gate relocation, and parking lot lighting construction. Additionally, miscellaneous signage, landscaping, and fencing improvements will be performed throughout the project area. Base Bid consists of all the work identified above except the portion of Lot C labeled as Additive Alternate #1 (See General Plan 3 & 8), the 400 linear feet of sewer main reconstruction labeled as Bid Alternate #1, and the 2,300 linear feet of sewer main relocation labeled Bid Alternate #2. Bid Alternate #1 consists of the reconstruction of approximately 400 linear feet of sewer main and associated sewer service reconstruction. Bid Alternate #2 consists of the construction of approximately 2,300 linear feet of 12 sewer main relocation into the realigned Ammon Drive. It will also consist of the removal of approximately 2,000 linear feet of existing sewer main and connection manholes. Additive Alternate #1 consists of the construction of approximately 54,000 sf of parking area in Lot C (See General Plan 3 & 8) PROJECT SCHEDULE. Upon execution of the contract, the Contractor shall proceed with the preparation and submittal of shop drawings and his tentative construction schedule and with subsequent ordering and fabricating of materials. The Owner will issue a written "Notice to Proceed" which will specify an effective date for the Contractor to begin work at the site. The Contractor shall be required to submit a tentative schedule of how the work will be accomplished over the contract period. Also in accordance with paragraph of Section 80, the Contractor shall notify the Engineer at least 72 hours in advance of the time he intends to start work. It should be noted by the Contractor that 72 hours is the time required by the Owner to issue a proper Notice to Airmen (NOTAM) of the pending construction activities. The Contractor shall coordinate his/her overall schedule with the other contractors through the Owner and the Engineer. The Contractor's daily schedule must be coordinated with the Engineer and the Owner.

210 Specification No SC-2 of LIQUIDATED DAMAGES and TIME OF COMPLETION. The Contractor must agree to commence work on or before a date to be specified in the written Notice to Proceed of the Owner and to fully complete the project by November 25, 2015, regardless of whenever bid is awarded. Contractor must agree to pay to the Owner as liquidated damages the sum of One Thousand, Two Hundred Dollars ($1,200.00) for each and every calendar day the work remains incomplete beyond the above specified time AIRCRAFT OPERATIONS AREAS. The Contractor shall keep his/her personnel and equipment at least 50 feet from the edge of taxiways and aprons for aircraft movements. The closing of facilities will be as specified in paragraph SEQUENCE OF WORK. Prior to commencing any work, the Contractor shall submit a detailed construction schedule, indicating specific tasks and completion dates for the work Area(s) to be undertaken. The Contractor shall take into account that construction will be performed on and adjacent to an active airfield with ongoing aircraft operations. Constant radio contact and monitoring of the Air Traffic Ground Control frequency shall be required at all times during the project. PHASE 1 Maintain traffic on existing Ammon Drive, Green Drive, and Service Road. Construct proposed Lot C replacement parking. Construct proposed drainage connections through airside operations area. Construct proposed rear Freudenberg lot. Phase construction of existing parking areas. Construct new Lot D exit. Work for the airside drainage connections shall be coordinated with the Engineer and the Airport Administrator at least 72 hours prior to the start of work. It should be noted by the Contractor that 72 hours is the time required by the Owner to issue the NOTAM and to coordinate with FAA Airways Facilities. PHASE 2A Maintain traffic on existing Ammon Drive, Green Drive, and Service Road. Open completed Lot C replacement parking. Construct and maintain temporary shuttle bus exit. Open completed rear Freudenberg lot. Open new Lot D exit. Close western section of Lot D. Construct portions of proposed Ammon Drive (Sta to and Sta to ). Construct portions of Service Road and security fence (Sta to ). Construct portions of Green Drive (Sta to ). Reconstruct western section of existing Lot C. Construct portions of proposed Ammon Center parking lot within existing Lot D. Maintain existing fence. PHASE 2B Shift Freudenberg front parking to temporary lot in existing Lot D. Maintain pedestrian access along Green Drive. Maintain front parking spaces, as feasible. Construct portions of Ammon Drive, Service Road, and security fence (Sta to and Sta to ). Open Ammon Center spaces constructed in Phase 2A. Reconstruct existing Ammon Center lot on south and west side of building. Maintain pedestrian access to building at all times. Provide temporary lighting (Item ) system, as required to provide 10 foot on average illumination for Ammon lot during construction.

211 Specification No SC-3 of 12 PHASE 3A Shift traffic onto completed Ammon Drive and Green Drive. Maintain traffic on existing Service Road. Open reconstructed western section of Lot C. Open reconstructed parking areas at Ammon Center. Construct Freudenberg front parking lot. Maintain pedestrian access to building at all times. Reconstruct northern section of existing Ammon Center lot. PHASE 3B Open completed Freudenberg front parking lot. Open reconstructed northern section of existing Ammon Center parking lot. Construct portions of Service Road and security fence (Sta to ). PHASE 4 Work in Phase 4 shall be coordinated with the Engineer and the Airport Administrator at least 72 hours prior to the start of work. It should be noted by the Contractor that 72 hours is the time required by the Owner to issue the NOTAM and to coordinate with FAA Airways Facilities. Under traffic, construct portions of service road (Sta to ). Shift traffic onto completed Service Road. Remove existing security fence, remove existing pavement. Regrade and loam & seed airside of fence. Relocate supplemental windcone. Construct wearing course and final markings on Service Road. All construction operations on airside of fence are to be in accordance with FAA approved Construction Safety and Phasing Plan. Utilizing daily lane closures, construct wearing course and final markings on Ammon Drive and Green Drive. Perform final restoration BARRICADES. The Contractor shall furnish and place as required, lighted barricades to clearly define and close work areas to aircraft operations. The barricades shall be placed as shown on the plans or as directed by the Engineer. The barricades shall be low profile type, a maximum of 24 inches high including the light. Barricades shall be bright orange and white and when used to define hazardous areas at night, shall be lighted using a red colored light, in a manner approved by the Engineer and owner. No open flame lighting shall be used. All temporary lights and barricades shall be weighted against jet blasts (100 mph). The Contractor will be responsible for providing, relocating, and maintaining the barricades throughout the duration of the project STORAGE AREA AND EQUIPMENT YARD. Space at Manchester Boston Regional Airport is very limited. Therefore, the area for the location for storing materials and servicing, repairing and parking construction equipment is located adjacent to the work area (as shown on TCP plans). Use of the potential staging areas shall be coordinated with Airport prior to mobilization. All equipment booms shall be lowered at the close of each day's work. All equipment will be parked in the staging area at the close of work each day and whenever it is not in use. The Contractor (and his subcontractors) shall provide all necessary temporary fencing and gates to protect materials and equipment from pilferage. The owner will not be responsible for any vandalized equipment or material stored on the airport property. Any area occupied by the Contractor shall be maintained in a clean and orderly condition satisfactory to the Engineer. Particular attention shall be given to the elimination of combustible

212 Specification No SC-4 of 12 rubbish or debris in the areas and none shall be left exposed overnight or at other periods of time the work is shut down. At the completion of the contract, all Contractor's and subcontractor's facilities will be removed promptly in a workmanlike manner and the area left clean and free of all debris or surplus material HAUL ROUTES. When public highways must be used for haul routes, it will become the contractor's responsibility to obtain the proper permits needed for this function and to obey all rules and regulations pertinent to the public highways. Contractor's vehicles will not be allowed access to portions of the airport other than the work and staging areas DISPOSAL OF UNSUITABLE MATERIALS. The Contractor shall be required to dispose of all unsuitable material in a legal manner in an approved landfill FORCE ACCOUNT WORK. Prior to the start of construction, the Contractor will submit hourly rates for each labor classification and piece of equipment on the project. These rates will include the employee's primary work responsibility, salary rate, benefits, and the Contractor's overhead and profit. The Engineer will review these rates and compare them against industry standards. The Engineer will make a recommendation to the Owner on the rates proposed. Once accepted by the Owner, these rates will be used for calculating compensation for force account work. This rate agreement will be done prior to the start of construction. All compensation under this subsection shall be made in accordance with the criteria set forth in the General Provisions, paragraph 90-05, Payment for Extra and Force Account Work. See Appendix A of this specification for payment form CONSTRUCTION LAYOUT. The Engineer has provided layout coordinates for the centerlines or offset baselines and provided a benchmark, as shown on the Contract Drawings. The layout of the pipe, ditches, all setting of grades, offsets and periodic resetting of the baselines during construction shall be the responsibility of the Contractor. The Contractor shall furnish assistance to the Engineer as requested to so check the layout or otherwise control the work. Such assistance shall be understood to include the provision of suitable manpower to assist the Engineer in taping measurements, holding a survey rod for checking grades and the like. The Contractor's obligations for layout, final survey and furnishing assistance to the Engineer shall be deemed incidental to the completion of the various work items and no separate payment will be made for such layout, final survey and assistance RECORD DOCUMENTS DESCRIPTION a. This Section describes the requirements for maintaining records of actual conditions in the field and for changes in the work. b. The purpose of final Record Documents is to provide factual information regarding all aspects of the work, both concealed and visible, to enable future modifications of the work to proceed without lengthy and expensive site measurements, investigation, and examination. c. The Owner shall have access to record documents at any time prior to final turn over to the Owner.

213 Specification No SC-5 of DOCUMENTS REQUIRED a. Maintain at the site the following record documents: 1. Complete Contract Drawing set. 2. Specifications and Addenda. 3. Change Orders and other modifications to the Contract. 4. Field Instructions and other written instructions from the Owner. 5. Reviewed shop drawings, product data, and samples. 6. Test Reports. 7. Requests for Information. 8. General Correspondence. 9. Record Document Drawings MAINTENANCE OF DOCUMENTS AND SAMPLES a. Store record documents and samples in Contractor's field office apart from documents used for construction. Provide files and racks for storage of documents. Provide locked cabinets or secure storage space for storage of samples. b. File documents and samples in a manner acceptable to the Owner. c. Make documents and samples available at all times for inspection by the Owner. d. Update the documents within 24-hours after receiving information that a change has occurred or clarification has been issued MARKING DEVICES a. Non-fade felt tip marking pens shall be used for recording information. Green marks shall be used for added items; red marks shall be used for deleted items; and yellow marks shall be used for unchanged items RECORDING a. Record information concurrently with the construction process. Legibly mark drawings to record actual construction. The Contractor shall comply with the following: 1. Do not conceal any work until required information is recorded. 2. Completely, accurately, and legibly record, to the satisfaction of the Owner, all deviations in construction. 3. Record any deviations caused by approved changes and/or clarifications to the work. 4. Use additional copies of prints, if necessary, to insure legible recording of data 5. Date all entries. 6. Call attention to the entry by drawing a 'cloud' around the area affected on each drawing. 7. Post details not on original contract drawings. 8. All Record Documents shall show both the original design and the final design. (Example: if a structure location, inverts, grades, etc. have deviated from the original design, the old data should be crossed out and new data shall be shown.)

214 Specification No SC-6 of All elevations and coordinates shall be in the same horizontal and vertical datum as the contract documents. b. The Record Documents drawings shall record at minimum the following: 1. Elevations at ALL contract elevations on plans and cross sections. Pavement and finish floor elevations shall be recorded to the nearest foot. Turf elevations shall be recorded to the nearest 0.1-foot. 2. Edges of pavement, curbing and pavement markings in plan to the nearest 0.1-foot by station and off-set from the established construction baseline or survey reference point. 3. Fencing in plan with fence angle points measured to the outside of the post to the nearest 0.1-foot by station and off-set from the established construction baseline or survey reference point. 4. Centerline of structures (drainage, sewer, water, electrical, communication, under drains, gas service) to the nearest 0.1-foot by station and offset from the established construction baseline or survey reference point. Connect point-by-point location of each structure with line indicating the actual utility path between as-built structure locations. 5. Rim, pipe invert and sump elevations (drainage, sewer, water, electrical, communication, under drains, gas service) to the nearest 0.01-foot. 6. The type and size of all pipes shall be provided. 7. All contract northing and easting coordinates of structures shall be updated with the as-built northing and easting coordinates. 8. Final location and topography of all treatment swales, detention ponds and other storm water treatment devices shall be shown. 9. Depths of various elements of the foundation in relation to finish floor datum. 10. Locations of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 11. Locations of plumbing, mechanical and electrical locations as depicted on project coordination shop drawings. 12. Field changes to the dimension and detail of the structural and architectural plans and elevation views. 13. Changes to interior finish schedules. 14. Changes to the plumbing service, waste and vent riser diagrams and schematics as specified in Section 1.06 of this specification. 15. Changes to the mechanical systems control logic diagrams. 16. Changes to the electrical one-line diagrams. 17. Changes to the communication one-line diagrams. c. Stamp each Record Document drawing with the following information: 1. RECORD DOCUMENT 2. Prepared by: Contractor's name, permanent address. 3. Date prepared. 4. Contractor's (Principal of firm) typed name and signature. 5. In typed words on each drawing the following statement: (Insert Contractor firm name) hereby certifies that to best of our knowledge that these Record Document drawings represent a true and accurate record of the work in-place. d. Name and license number of certifying land surveyor or professional engineer. e. Legibly mark each section of the specifications to record the following:

215 Specification No SC-7 of 12 f. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment installed. g. Changes made reflecting approved changes to the work. h. Maintain shop drawings as record drawings. Legibly annotate shop drawings to record changes made after approval. i. All field data used to produce Record Documents shall be certified by a State of New Hampshire Licensed Land Surveyor or State of New Hampshire Licensed Professional Engineer CONVERSION OF SCHEMATIC LAYOUTS a. In some cases on the drawings, arrangement of conduits, circuits, piping, ducts, and similar items are shown schematically and are not intended to portray precise physical layout. The final physical arrangement is determined by the Contractor, subject to the approval of the Owner, and shall be accurately recorded by the Contractor on the record documents. b. Show on the job set of record drawings, by dimension accurate to one-inch, the centerline of each run of all items specified in the preceding paragraph SUBMITTAL 1. Clearly identify the item by accurate note such as "cast iron drain", or galvanized flashing", etc. 2. Show by symbol or note the vertical location of the item ( 6-inches below slab", in ceiling plenum', "exposed, etc. 3. Make all identification sufficiently descriptive that it may be related reliably to the Technical Specifications. a. Thirty (30) calendar days after Substantial Completion, submit to the Owner the record documents prepared in accordance with this specification. The Owner shall have thirty (30) calendar days from receipt of the record documents for review and comment. Record documents found deficient shall be returned to the Contractor after the specified review period. The Contractor shall have fourteen (14) calendar days to correct deficiencies and return corrected record documents to the Owner. The Contractor shall be required to meet with the Owner and/or the Owner s designee to review the contents of the record documents. b. In addition to the mandatory record documents required by this specification, the Contractor shall furnish the land surveyor s electronic data used to develop Record Documents, elevations and locations in the current release of AutoCAD (or in a format that can be readily converted to AutoCAD ). Electronic data shall match the horizontal and vertical datum provided in the contract documents. Submit the electronic data on CD/DVD in duplicate. Electronic data will not be considered a substitute for the record documents requirements of this specification PAYMENT a. The preparation of the Record Documents shall be deemed incidental to the completion of the various work items and no separate payment will be made for such.

216 Specification No SC-8 of RESPONSIBILITY a. The Contractor shall be fully responsible for the accuracy and completeness of as-built records and shall bear all costs of damages incurred by the Owner of any nature whatsoever due to inaccuracies or incompleteness of said as-built records, except to the extent that conditions are disturbed by subsequent construction UNDERGROUND UTILITIES AND CABLES. The approximate locations of known utilities and underground cables are shown on the Contract Drawings. Prior to commencement of any excavation the Contractor shall coordinate all work on and in the vicinity of the underground utilities and cables with the following agencies as appropriate: The Federal Aviation Administration - Airways Facilities Branch. Manchester Boston Regional Airport Engineering and Planning Dig Safe The Contractor shall furnish and install all materials necessary to protect existing underground utilities and cables that are to remain and to make any temporary connections necessary to maintain operations of the underground utilities and cables that are to be relocated until the permanent relocation can be made MAINTENANCE OF THE CONSTRUCTION SITE. The Contractor shall keep the construction site free of paper, boxes, and other debris that could be blown onto the runways and taxiways. All airport pavements shall be kept clear and clean at all times. All rocks, mud, and other debris carried onto the airport pavement by the Contractor's equipment must be reported to the Engineer or the Airport Administrator. The Airport Administrator will then close the affected area to air traffic and the Contractor will immediately sweep the area to the satisfaction of the Engineer or Airport Administrator. The Contractor shall have readily available, the equipment for the application of water to control dust within the construction site and on haul roads. The equipment shall be equipped with a shutoff control valve that can be operated from the cab by the operator. The Contractor shall apply water for dust control as necessary to prevent dust from the construction site and/or haul roads from being a hazard to aircraft and from being a nuisance to the public and as directed by the Engineer. The Contractor shall also be responsible for supplying any other equipment as may be necessary to clean all areas that are contaminated a result of his/her operations to the complete satisfaction the Engineer and the Airport Administrator. Trucks loaded in the construction area shall have loads trimmed as necessary to assure that no particles, stones or debris will fall off and that no legal load limits are exceeded. The Contractor shall be particularly careful not to track foreign material onto pavements outside of and within the airport. The Contractor shall be responsible for removing foreign materials from vehicle tires prior to the vehicle leaving its work area ACCEPTANCE TESTING. All acceptance testing of materials required by various sections of the specification will be at no cost to the contractor. However, the cost of any retesting required because the materials did not pass the acceptance tests will be paid for by the Contractor ESTIMATE OF QUANTITIES. The Contractor's attention is directed to Section GP of these specifications entitled "Interpretation of Estimated Proposal Quantities". The bid

217 Specification No SC-9 of 12 item quantities provided are based on the best information available to the Engineer at the time of design. Actual field conditions encountered during construction may affect final quantities needed for completion of the work required by the project PROJECT PHOTOGRAPHS QUALITY ASSURANCE a. The Contractor shall secure the services of a professional photographer who is skilled and experienced in construction photography and whose work samples are acceptable to the Owner. b. The Contractor shall not replace the photographer without the Owner's written approval SUBMITTALS a. The Contractor shall comply with pertinent provisions of Section SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. b. Except as otherwise directed and paid for, the Contractor shall furnish photographs of the project, the views shall be as directed or approved by the Resident Engineer. The photographs shall show the project site prior to construction, the work in progress and the project site at the completion of work. A minimum of 24 color photographs will be taken during each 30 day period of the contract. A 35 mm camera shall be used to take photographs. c. On the back of each print attach a printed label, in a manner not damaging to the print, showing: 1. Job name; 2. A descriptive location from which photographed; 3. Date of photograph; 4. Photographer's name, address and photograph number. c. At the completion of each 30-day period of the project, the Contractor shall deliver to the Owner two color prints of each view and the negatives, by a date stipulated by the Owner. e. The Contractor shall not permit prints to be issued for any other purpose without specific written approval from the Owner CONSTRUCTION PHOTOGRAPHY a. Aerial Photographs 1. The contractor shall furnish six (6) color aerial photographs of the entire airport, including all airport boundaries, I-293 on the north, the F.E. Everett Turnpike on the west, Route 28 on the east, and Delta Drive on the south. This photograph shall be taken with a mapping quality (cartographic) camera. The contractor shall submit certification that the camera has been calibrated within the last three (3) years in accordance with USGS mapping standards. The photo shall be vertical and shall be enlarged to 1" = 400'.

218 Specification No SC-10 of The contractor shall furnish six (6) color aerial photographs of the entire airport, including all airport boundaries, North Perimeter Road on the north, Brown Avenue on the west, Harvey Road on the east, and South Perimeter Road on the south. This photograph shall be taken with a mapping quality (cartographic) camera. The contractor shall submit certification that the camera has been calibrated within the last three (3) years in accordance with USGS mapping standards. The photo shall be vertical and shall be enlarged to 1" = 200'. 3. Snow cover will not be permitted. Photos shall not be obscured by cloud cover. Photos shall be clear, in focus, with high resolution and sharpness. Color shall be correct; overly green or washed out photos will not be accepted. The Contractor shall submit to the Owner, contact prints of the photograph for approval prior to making enlargements. Enlargements shall be mounted on gaterboard and shall be identified on the back of the gaterboard. Photos shall be suitable for photogrammetric mapping. 4. Aerial photographs shall be taken at the time, during the progress of the contract, directed by the Owner. This time shall not be less than 30 days prior to final completion. 5. The Contractor shall furnish a image files of the aerial photo electronically on a CD, as specified by the Owner. The image file(s) shall be provided in NH State Plane Coordinates and shall be in a format capable of import into Arc ESRI GIS software and AutoCAD Coordination with Airport shall be required prior to capture to confirm Airport requirements are met. b. Site Photographs 1.04 PAYMENT 1. To the maximum extent practicable, the photographer shall take photographs at approximately the same time of day throughout the progress of the work. 2. When inclement weather is anticipated, the Contractor shall consult with the Owner to determine acceptable alternative arrangements. 3. Each photograph shall be clear, in focus, with high resolution and sharpness, and with minimum distortion. 4. The Owner may/will direct the Contractor to change locations as the construction progresses. 5. The Owner will select the locations to provide diversified overall views of the work, from positions which are expected to remain accessible throughout progress of the work. 6. The Contractor shall identify each location by word description, by marked drawing, or by such other means as acceptable to the Owner, to enable future photographs to be taken from the same position. a. Construction and aerial photography shall be deemed incidental to the completion of the various work items and no separate payment will be made for

219 Specification No SC-11 of 12 such OTHER FACILITIES OR REQUIREMENTS. No separate measurement of payment will be made for the provisions facilities or the compliance with requirements under this section of these specifications, except as specified above. The provision of facilities and compliance with requirements covered by this section of these specifications shall be considered incidental to the various items of work specified hereinafter all costs in connection with such provision and compliance shall be included in the various unit and lump sum prices bid for the work items specified under other sections of these specifications SAFETY PLAN. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors. 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 RADIO & COMMUNICATION CONTROL The Contractor shall furnish and install two (2) FAA mobile vehicle-mounted radios, ICOM model IC-A110 version 5 or approved equivalent, 20 memory channel, tunable, hand microphone, microphone hangar kit, mounting bracket kit, fuse, spare fuses, OPC-871 Headset Adapter, vehicle antenna and DC power cable. These radios shall be used by the Contractor s supervisory personnel and the Resident Engineer to communicate with the FAA Air Traffic Control Tower (ATCT) on the Manchester FAA ground frequency (121.9 MHz) during the project. The Contractor shall operate these radios, at his/her expense. The radios and all required accessories shall be turned over to the Airport, in operating condition, at the completion of the project. Costs incurred by the Contractor for the above shall be considered incidental to the various project items of the Contract. The Contractor shall, before the start of construction requiring radio control, test his/her radios with the FAA ATCT to demonstrate their capabilities and to demonstrate the performance of the equipment to their satisfaction. At his/her own expense; the Contractor shall also have radio communication between his/her escort vehicles and either his/her field office or superintendent's vehicle. Any radio communication for escorting of vehicles to or from the taxiway project area shall be performed on the Contractor s own radio frequency. No FAA or other airfield frequency may be used for this purpose. The operators of the radio escort vehicles shall be qualified and approved by the airfield operations department AIRFIELD ACCESS AND CONTRACTOR SECURITY BADGES The airfield is a completely secured controlled access site. The primary means for controlling access to the site is the surrounding fence and gates. For any given work area, access for vehicle, equipment, materials, and manpower shall be restricted to the routes depicted on the plans and Construction Phasing and Safety Plan (CSPP). The Contractor shall have a minimum of 3/4 (75%) of on-site workers submit to the badging process. Badged individuals must display their Airport issued badges on their outermost garment at all times while on the airfield. Refer to the Construction Safety and Phasing Plan (CSPP, appendix B) documents for more information, and costs associated with obtaining badges and

220 Specification No SC-12 of 12 vehicle permit stickers. The costs associated with security access badges are the responsibility of the Contractor and shall not be paid for by the Owner. At all times while on the airfield, non-badged workers must be: 1. Within 50 ft of a badged worker 2. Within visual contact of a badged worker 3. Able to respond to the requests of a badged worker 4. Able to command the attention of a badged worker Any non-badged workers will not be allowed on the airfield without valid picture identification acceptable to the TSA (current and valid driver s license, passport, etc.), and shall remain with a badged worker or Airport escort at all times. The Owner will provide gate guards to control access to the work areas through gates that are identified as contractor access points. Any and all vehicles entering the airfield are subject to search by gate guards or Owner personnel. Failure to provide sufficient security and safety can result in serious penalties and fines of up to $10,000 per incident. If for any reason, the Owner is fined for actions or inactions of the Contractor, the Contractor shall be liable for any and all fines incurred. More information regarding badging and vehicle access requirements may be found in the construction safety and phasing plans which are part of this contract document.

221 FEDERAL WAGE RATES

222 Page 1 of 5 3/12/2015 General Decision Number: NH /02/2015 NH32 Superseded General Decision Number: NH State: New Hampshire Construction Type: Highway County: Hillsborough County in New Hampshire. 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: Executive Order (EO) establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/02/2015 * SUNH /15/2011 Rates Fringes CARPENTER (Excluding Form Work)...$ CARPENTER (Form Work Only)...$ ELECTRICIAN...$ INSTALLER: Guardrail...$ IRONWORKER, REINFORCING...$ IRONWORKER, STRUCTURAL...$ LABORER: BLASTER, ROCK...$ LABORER: Common or General...$ LABORER: Flagger...$ LABORER: Highway/Parking Lot Striping...$ LABORER: Landscape...$

223 Page 2 of 5 3/12/2015 LABORER: Pipelayer...$ OPERATOR: Auger...$ OPERATOR: Backhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Bucket...$ OPERATOR: Bulldozer...$ OPERATOR: Crane...$ OPERATOR: Drill Rig Caissons...$ OPERATOR: Excavator...$ OPERATOR: Grader/Blade...$ OPERATOR: Loader...$ OPERATOR: Mechanic...$ OPERATOR: Oiler...$ OPERATOR: Paver...$ OPERATOR: Roller...$ OPERATOR: Post Driver/Pounder...$ TRUCK DRIVER, Includes all axles including Dump Trucks...$ TRUCK DRIVER: Low Bed Truck...$ 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

224 Page 3 of 5 3/12/2015 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 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: PLUM /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 indicates the local union number or district council number where applicable, i.e., Plumbers Local 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, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 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: SULA /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 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 /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.

225 Page 4 of 5 3/12/ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) 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 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 ) All decisions by the Administrative Review Board are final.

226 Page 5 of 5 3/12/2015 ================================================================ END OF GENERAL DECISION

227 Page 1 of 5 3/12/2015 General Decision Number: NH /02/2015 NH33 Superseded General Decision Number: NH State: New Hampshire Construction Type: Highway County: Rockingham County in New Hampshire. 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: Executive Order (EO) establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/02/2015 * SUNH /15/2011 Rates Fringes CARPENTER (Excluding Form Work)...$ CARPENTER (Form Work Only)...$ ELECTRICIAN...$ INSTALLER - GUARDRAIL...$ IRONWORKER, REINFORCING...$ IRONWORKER, STRUCTURAL...$ LABORER: BLASTER, ROCK...$ LABORER: Common or General...$ LABORER: Flagger...$ LABORER: Highway/Parking Lot Striping...$ LABORER: Landscape...$

228 Page 2 of 5 3/12/2015 LABORER: Pipelayer...$ OPERATOR: Auger...$ OPERATOR: Backhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Bucket...$ OPERATOR: Bulldozer...$ OPERATOR: Crane...$ OPERATOR: Drill Rig Caissons...$ OPERATOR: Excavator...$ OPERATOR: Grader/Blade...$ OPERATOR: Loader...$ OPERATOR: Mechanic...$ OPERATOR: Oiler...$ OPERATOR: Paver...$ OPERATOR: Roller...$ OPERATOR: Post Driver/Pounder...$ TRUCK DRIVER, Includes all axles including Dump Trucks...$ TRUCK DRIVER: Low Bed Truck...$ 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

229 Page 3 of 5 3/12/2015 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 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: PLUM /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 indicates the local union number or district council number where applicable, i.e., Plumbers Local 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, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 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: SULA /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 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 /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.

230 Page 4 of 5 3/12/ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) 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 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 ) All decisions by the Administrative Review Board are final.

231 Page 5 of 5 3/12/2015 ================================================================ END OF GENERAL DECISION

232 TECHNICAL SPECIFICATIONS

233 TECHNICAL SPECIFICATIONS 1. All work shall be in accordance with Divisions 200 and above of the State of New Hampshire, Department of Transportation NHDOT Standard Specifications for Road and Bridge construction, approved and adopted in August 2010 (Standard Specifications). a. Any references to Division 100 will be taken to refer to the corresponding Sections of the General Provisions, Supplementary General Provisions, and Special Conditions contained within this document. b. Technical Specifications shall be amended, revised or extended by project specific special provisions and/or supplemental specifications contained in this document. c. Substitute Resident Project Representative for Engineer, Department, State, Bureau of Bridge Design, Bureau of Materials and Research, or NHDOT Compliance Review Officer throughout the specifications. It is the contractor s responsibility to obtain copies of NHDOT specifications. NHDOT Standard Specifications for Road and Bridge Construction may be purchased from NHDOT, Records Section, 1 Hazen Drive, P.O. Box 483, Concord, NH , Phone No These specifications may also be downloaded, free of charge, from the NHDOT website at It is the contractor s responsibility to obtain copies of NHDOT Standard Plans. NHDOT Standard Plans for Road and Bridge Construction may be purchased from NHDOT, Records Section, 1 Hazen Drive, P.O. Box 483, Concord, NH , Phone No These standard plans may also be downloaded, free of charge, from the NHDOT website at The NHDOT Specifications are periodically supplemented with updates posted on the NHDOT website at All applicable supplemental specifications for sections 201 through 699 available at the time that the bid is due will be considered part of this contract specification. The following plans from NHDOT Standard Plans for Road and Bridge Construction are also considered a part of this contract: CR-1 DL-1 DR-1, DR-5 FN-1, FN-2 GR-4 HW-2 MB-1 PM-11, PM-12 PS-3 SL-1 Granite Curb Details Roadside Delineation Drainage Details Fence Details ALT. EAGRT Platform Details Headwall Details Mailbox Details Pavement Marking at Minor Intersections Signing Posts Pull Box Details These lists are not all inclusive and do not relieve the Contractor from complying with any or all NHDOT specifications or plans referred to by the contract documents or referred to by sections of the NHDOT specifications that apply. TS-1 Technical Specifications

234 . SUPPLEMENTAL SPECIFICATIONS The following Supplemental Specifications are to be used in conjunction with the NHDOT Standard Specifications and are herein made a part of the Contract Documents and apply to this project: Supplemental Specifications Section Description Removal of Fence SS Crushed Gravel for Shimming SS Plant Mix Pavements SS Stone Fill, Class E SS Culverts and Storm Drains SS Catch Basins, Drop Inlets and Manholes SS Catch Basins, Drop Inlets and Manholes SS Fences SS Traffic Signs SS Maintenance of Traffic SS Retroreflective Sheeting SS-13 SS-1 Supplemental Specifications

235 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION REMOVAL OF STRUCTURES AND OBSTRUCTIONS Item Removal of Fence Add to Construction Requirements: Existing fence gates, chain link fabric, rails and barbed wire hangers shall be removed and salvaged to the Owner. Salvaged material shall be delivered to the Lot F storage Area by the Contractor. Posts and any damaged fencing materials deemed unsalvageable by the Airport shall be disposed of in accordance with Add to Method of Measurement: 4.7 Removal of Fence will be measured by the linear foot to the nearest foot (including gates). Add to Basis of Payment: 5.10 Removal of Fence will be paid for at the Contract unit price per linear foot Removal of fence shall include the posts and any post supporting material (i.e. concrete) or as directed by the Engineer No separate payment will be made for the removal of fence post or supporting material. Add to Pay items and units: Removal of Fence Linear Foot END OF SECTION SS-2 Supplemental Specifications

236 Add to Materials: SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION AGGREGATE BASE COURSE Item Crushed Gravel for Shimming 2.12 Crushed gravel for shimming. The material shall meet the gradation requirements of either crushed gravel, as shown in Table 1. Add to 3.4: Crushed gravel for shimming shall be placed in areas where material is required to meet proposed grades, where an adequate subbase exists, as shown on the plans, and/or as determined by the Engineer. Add to Method of Measurement: 4.5 Crushed gravel for shimming will be measured by the cubic yard determined by using 80 percent of the loose volume of material measured in vehicles in accordance with Add to Basis of Payment: 5.4 The accepted quantity of crushed gravel will be paid for at the contract unit price per cubic yard complete in place. Add to Pay items and units: Crushed gravel for shimming Cubic Yard END OF SECTION SS-3 Supplemental Specifications

237 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 401 PLANT MIX PAVEMENTS - GENERAL Amend the second sentence of 2.2 to read: On this project the grade of bituminous material to be used shall be PG END OF SECTION SS-4 Supplemental Specifications

238 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 585 STONE FILL Item Stone Fill, Class E Add to Materials Class E stone shall consist of clean, durable fragments of ledge rock of uniform quality, reasonably free from thin or elongated pieces. The stone shall be made from rock which is free from iron, fines, clay, topsoil and other organic material. The stone shall be clean, uniformly sized washed crushed angular rock graded as follows: Sieve Size Percent by Weight Passing 1 inch 100 3/4 inch /8 inch 0-20 No No Add to Pay items and units: Stone Fill, class E Cubic Yard END OF SECTION SS-5 Supplemental Specifications

239 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 603 CULVERTS AND STORM DRAINS Amend 1.1 second sentence to read: Structure excavation, secondary excavation required in the imperfect trench method, bedding, shaping of bedding and backfill shall be included in this work. Amend read: Figure 1 has been made a part of these specifications for clarification, as modified below to make structure excavation subsidiary to pipe installation. Add to Construction Requirements In Figure 1-B remove the following dimensions and/or text vertical payment limits and to 9ft (2.7 m) and extend subsidiary to the bottom of pipe In Figure 1-C remove the following dimensions and/or text common, rock structure excavation, Item and to 9ft (2.7 m) and extend subsidiary (Fn) to 12 inches below the bottom of pipe In Figure 1-D remove the following dimensions and/or text to 9ft (2.7 m). Extend subsidiary to depth of excavation below the bottom of pipe (h) Bedding for plastic drainage pipe shall conform to manufacturer s requirements for material and depth. Bedding materials and installation shall be subsidiary to pipe. Amend first sentence to read: Video inspection will be as ordered by the Engineer for each class and type of pipe installed and not approved by the Engineer, up to and including 36-inch diameter not less than thirty (30) days after the backfill has been placed to subgrade level. Amend 5.1 to read: 5.1 The accepted quantities of pipe will be paid for at the Contract unit price per linear foot (linear meter) of the kind, type, and size specified complete in place, including structure excavation, secondary excavation required in the imperfect trench method, bedding, preshaping of bedding, and backfill, with the following stipulations: Remove in its entirety. Remove in its entirety. Remove in its entirety. SS-6 Supplemental Specifications

240 Amend 5.3 to read: 5.3 When video inspection is ordered by the Engineer, all costs associated with this will be paid by the Contractor, unless the pipe installation is approved by the Engineer upon completion of video inspection. For all continuous runs of pipe found to be acceptable the contractor will be reimbursed for all costs associated with the video inspection, as provided in General Provision END OF SECTION SS-7 Supplemental Specifications

241 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 604 CATCH BASINS, DROP INLETS, AND MANHOLES Amend 1.1 second sentence to read: Structure excavation, bedding if required, and backfill shall be included in this work. Add to Construction Requirements Cast in place compression gaskets or rubber boots with stainless steel bands shall be provided for pipe inverts For plastic pipe, manhole adapters shall be provided for a smooth connection between pipe and boots or gaskets. Amend 5.1 to read: 5.1 The accepted quantities of catch basins, drop inlets, and manholes, which includes the necessary frames and grates or covers, of the type and diameter specified will be paid for at the Contract unit price per unit complete in place, including structure excavation, setting to final grade, bedding if required and backfill with the following stipulations: Remove first sentence in its entirety. Add to Basis of Payment No separate payment will be made for compression gaskets, rubber boots or manhole adapter. END OF SECTION SS-8 Supplemental Specifications

242 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 604 CATCH BASINS, DROP INLETS, AND MANHOLES Item Connection Manhole with Overflow Weir Item Connection Manhole with Overflow Weir This Supplemental Specification provides for the Connection Manholes with Overflow Weirs at the inlet to the Underground Infiltration Basin in Lot C. It neither amends nor modifies the provision of this section except as noted below. Add to Description 1.4 This work shall consist of furnishing and constructing Precast Concrete Manholes with 6 overflow weirs to be installed at the inlet to the Underground Infiltration basin, as shown on the plans or as ordered by the Engineer. Each Manhole is custom constructed to meet the design needs of the System. Common structures excavation to the depth specified in Section 206.1, bedding if required, and backfill shall be included in this work. Add to Materials 2.11 Weir design including concrete, rebar, and grout required to provide a water tight seal between weir and manhole riser sections shall be approved by Engineer through a shop drawing submittal prior to fabric and installation. Add to Construction Requirements Cast in place compression gaskets or rubber boots with stainless steel bands shall be provided for pipe inverts For plastic pipe, manhole adapters shall be provided for a smooth connection between pipe and boots or gaskets. Add to Method of Measurement 4.6 Connection Manholes with Overflow Weirs will be measured from the bottom of the metal frames or concrete cover to the top of the base. Add to Basis of Payment No separate payment will be made for compression gaskets, rubber boots or manhole adapter Connection Manholes with Overflow Weirs will be paid in the same manner as special structures as stated in Add to Pay items and units: Connection Manhole with Overflow Weir Unit Connection Manhole with Overflow Weir Unit END OF SECTION SS-9 Supplemental Specifications

243 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION FENCES Item Opening Single Gate, Chain Link Aluminum Coated Steel Fabric, 4 High Item Opening Double Gate, Chain Link Aluminum Coated Steel Fabric, 6 High Item Opening Double Gate, Chain Link Aluminum Coated Steel Fabric, 10 High Amend Section Barbed Wire. Barbed wire for top of gate, as applicable, shall be 3-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A121, Class 3, Chain Link Fence Grade. Barbed wire shall be installed in accordance with gate detail. Add to Construction Requirements: Gates shall be hinged so that they opens inwards towards airside, vacant parcel adjacent to Lot C, and utility pole enclosure, as applicable. Hinges shall be capable of opening 180 degrees inward Gate shall have a malleable drop fork latch that is padlockable. END OF SECTION SS-10 Supplemental Specifications

244 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 615 TRAFFIC SIGNS Item Traffic Sign Type C, Portable Base (F) Add to Description: Type C signs may also include steel U post mount with portable polyethylene bases. Add to Materials: Portable base shall consist of a blue polyethylene base conforming to dimensions shown in details. Add to Construction Requirements: Steel U post for portable base shall be set in base insert and filled with Class F, flowable fill. Outer chamber shall be filled with sand, as directed by Owner/Resident Engineer, to provide stability while allowing for portability. Add to Method of Measurement: Traffic Sign Type C, Portable Base will not be measured, but shall be the final pay quantities for traffic signs as shown on the plans, including necessary posts, bases, sand, flowable fill, and mounting hardware. Add to Basis of Payment: Traffic Sign Type C, Portable Base is a final pay quantity item and will be paid for at the Contract unit price per square foot complete in place. Add to Pay items and units: Traffic Sign Type C, Portable Base (F) Square Foot END OF SECTION SS-11 Supplemental Specifications

245 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION MAINTENANCE OF TRAFFIC Item Maintenance of Traffic Remove the words "and shall include pilot car operations and other means of guidance of traffic through the work zone" from 1.1 Remove the first sentence of section of 1.2 Amend to read: The roadway shall remain open to public traffic and pedestrians throughout the duration of the project. The contractor shall provide and maintain sufficient surface for at least one lane of traffic and two lanes of traffic whenever possible. Control of one lane of traffic will be required at all times. Remove Remove Amend to read: All Pavement Markings to be constructed by the Contractor. Add Compliance with the Construction Safety and Phasing Plan (CSPP) shall be subsidiary to Maintenance of Traffic and will not be measured for separate payment. END OF SECTION SS-12 Supplemental Specifications

246 Amend : SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 718 RETROREFLECTIVE SHEETING All warning signs ( W designation) shall be ASTM XI sheeting. END OF SECTION SS-13 Supplemental Specifications

247 SPECIAL PROVISIONS The following Special Provisions are to be used in conjunction with the NHDOT Standard Specifications and are herein made a part of the Contract Documents and apply to this project: Special Provisions Section Description 201 Clearing and Grubbing SP Removal of Structures and Obstructions SP Embankment-In-Place (Infiltration Media) SP Sewer Manholes SP x 30 Plastic Pipe-Arch (Storage Chambers) SP Outlet Pipe Hood SP Perimeter Fence With Wildlife Skirt and Barbed Wire SP Water Installation SP Sanitary Sewer Installation SP Electrical Distribution SP Type L-807(L), Style IB, Size 1 Wind Cone and Foundation SP Exterior Lighting SP Decommission Monitoring Well SP Temporary Lighting SP Bollards SP Freudenberg Landscaping SP Relocation of Pre-Fabricated Bus Shelter SP Lot D Exit Facility SP Bus Exits SP Field Data Collected for GIS Conversion SP-102 SP-1 Special Provisions

248 SPECIAL PROVISION SECTION CLEARING AND GRUBBING Item Relocating Apple Trees Item Relocating Miscellaneous Trees DESCRIPTION 1.1 This work shall consist of removing existing trees and relocating to new locations as shown on the plans. CONSTRUCTION REQUIREMENTS 3.1 The Contractor shall remove existing trees under the supervision of a certified arborist. 3.2 Care shall be taken to avoid damage to trees during shipping & storage, as required. 3.3 Installation shall be performed under the supervision of a certified arborist. 3.4 Existing trees that are deemed unfit for relocation shall be coordinated with the Resident Engineer prior to removal. METHOD OF MEASUREMENT 4.1 Relocation of existing trees will be measured by the number of trees of each type relocated. BASIS OF PAYMENT 5.1 The accepted quantity of relocated trees will be paid for at the Contract unit price per each of the tree specified. This shall include excavation, removal, transportation, storage, installation, and any other ancillary efforts required for relocation in place. Add to Pay Items and Units: Relocating Apple Trees Each Relocating Miscellaneous Trees Each END OF SECTION SP-2 Special Provisions

249 SPECIAL PROVISION SECTION REMOVAL OF STRUCTURES AND OBSTRUCTIONS Item Demolish Buildings Item Demolish Buildings Item Demolish Buildings DESCRIPTION 1.1 This work shall consist of removing existing bus shelters for storage, removing the existing Lot C entrance/exit booths & canopy, and removing the existing Lot D exit booths. This work shall also include denergizing electrical & communications equipment, removal of concrete foundations, salvage of equipment, and disposal of booths and canopies. CONSTRUCTION REQUIREMENTS 3.1 Bus Shelters Existing bus shelters shall be disconnected from utilities in coordination with Resident Engineer, Airport, and Utility owner. Bus shelter shall be removed from concrete foundation and stored, as required, to prevent damage prior to reinstallation. Concrete foundation shall be broken up and disposed of. Backfill shall be as directed by Resident Engineer. 3.2 Lot C Entrance/Exit Entrance/Exit facility shall be disconnected from utilities in coordination with Resident Engineer, Airport, and Utility owner. All equipment including revenue equipment, lighting, gates, signage, and Wi-Fi components shall be salvaged to owner. Booth and canopy shall be dismantled and disposed of off-site. Concrete foundation shall be broken up and disposed of. Backfill shall be as directed by Resident Engineer. 3.3 Lot D Exit Exit facility shall be disconnected from utilities in coordination with Resident Engineer, Airport, and Utility owner. All equipment including revenue equipment, lighting, gates, and signage shall be salvaged to owner. Booths shall be dismantled and disposed of off-site. Concrete foundation shall be broken up and disposed of. Backfill shall be as directed by Resident Engineer. METHOD OF MEASUREMENT 4.1 Demolish buildings will be measured as a unit. BASIS OF PAYMENT 5.1 The accepted quantity of demolish buildings will be paid for at the Contract unit price per unit. This shall include disconnecting all utilities, removal of structures and foundations, salvage of existing bus shelters, salvage of existing equipment to owner, and disposal of existing exit/entrance booths & canopy. Add to Pay Items and Units: Demolish Buildings Unit Demolish Buildings Unit Demolish Buildings Unit END OF SECTION SP-3 Special Provisions

250 SPECIAL PROVISION SECTION 203 EXCAVATION AND EMBANKMENT ITEM EMBANKMENT-IN-PLACE (INFILTRATION MEDIA) DESCRIPTION 1.1 This work shall consist of modifying or replacing the soil beneath the Underground Infiltration Basin to have an infiltration rate of 10 inches per hour. This work shall also include excavation, placement, compaction, mixing, and testing as required. MATERIALS 2.1 The soils, with limits as shown on the plans, shall be modified so as to meet an infiltration rate of 10 inches per hour prior to adding a factor of safety, as confirmed by results from laboratory and field measurement methods described in New Hampshire Department of Environmental Services Alteration of Terrain Regulations Env-Wq (e). 2.2 The following is a sample of gradation that shall be tested prior installation if utilized: Sieve Size Percent Passing By Weight 6 in. (150 mm) 100 #4 (4.75 mm) #200 (0.075 mm) 0-12 (In Sand Portion)* *Fraction passing the #4 (4.75 mm) sieve CONSTRUCTION REQUIREMENTS 3.1 The contract shall modify the existing soils or remove existing soils and replace with new soils that meet an infiltration rate of 10 inches per hour. 3.2 The contractor shall have the new soils tested and approved by the Engineer before placement of materials above the amended soils. 3.3 Unless shown on the plans or ordered otherwise, the compacted depth of any layer of gravel shall not exceed 8 in. 3.4 Compaction should be between 90.5% and 93.5% of the optimum dry density per Modified Proctor (ASTM D-1557). METHOD OF MEASUREMENT 4.1 Embankment-In-Place (Infiltration Media) shall me measured by the cubic yard, complete in place. SP-4 Special Provisions

251 BASIS OF PAYMENT 5.1 The accepted quantity of Embankment-In-Place (Infiltration Media) will be paid for at the contract unit price per cubic yard complete in place. This shall include all excavation, placement, and/or mixing of materials as needed to meet the required infiltration rate. It will also include testing the material as needed until the material meets specifications listed above. Pay Items and Units: Embankment-In-Place (Infiltration Media) Cubic Yards END OF SECTION SP-5 Special Provisions

252 SPECIAL PROVISION SECTION 603 SEWER MANHOLES ITEM SEWER MANHOLES, 4 DIA ITEM SEWER MANHOLES, 5 DIA 1.1 General Description of Work The work for Alternate Bid #1 and Alternate Bid #2 shall consist of furnishing and installing sewer manholes, dewatering, excavating, bedding and backfilling, bypass pumping as shown on the plans and specified herein The Designated Representative, hereinafter called Owner, together with the Engineer, will inspect, accept, and reject work related to the sanitary sewer installation herein specified The contractor shall furnish 6 copies of the manufacturer s shop drawings, specific design data as required in herein specifications, covering all equipment and fabricated material which is propose to furnish under this contract in sufficient detail to indicate full compliance within the specifications. Shop drawings shall indicate the method of installing, the exact layout dimensions of the equipment or material, including the location, size and details of valves, pipe connections, etc. No equipment or materials shall be shipped until the manufacturer s shop drawings and specifications or other identifying data, assuring compliance within this specification, are approved by the Engineer. MATERIALS 2.1 It is the intention of these Specifications that the manhole, including all component parts, have adequate space, strength, and leakproof qualities considered necessary for the intended service. Space requirements and configurations shall be as shown on the drawings. Manholes may be an assembly of pre-cast sections with steel reinforcement, and approved jointing, or concrete cast monolithically in place with reinforcement. In any approved manhole, the completed structure shall be of such material and quality as to withstand loads of 8 tons (H20 loading) without failure and prevent leakage in excess of one gallon per day per vertical foot of manhole, continuously for the life of the structure. A period generally in excess of 25 years is to be understood in both cases Where manholes of greater inside diameter than 4-0 are required, the larger diameter (5-0, 6-0, etc.) barrel sections shall be provided from the invert of the manhole up to the cone section of the manhole. Intermediate transition sections which reduce the larger manhole inside diameter down to 4-0 shall not be used and shall not be accepted, unless otherwise directed by the ENGINEER and the OWNER When the manhole depth is less than 6 feet and where a shallow manhole is indicated on the Contract Drawings, a reinforced concrete slab top shall be used in lieu of a cone section. The reinforced concrete slab top shall have an eccentric entrance opening and shall be capable of supporting H-20 loads Base sections shall be monolithic to a point 6 above the crown of the incoming pipe, and shall be pre-cast reinforced concrete, except for special manholes which are cast -in-place Horizontal joints between sections of pre-cast concrete barrels shall be of a type approved by the ENGINEER, which type shall, in general, depend for water-tightness upon an elastomeric or mastic like sealant Pipe to manhole joints shall be only as approved by the ENGINEER and, in general, shall depend for water-tightness upon an approved flexible manhole sleeve as shown on the Contract Drawings. SP-6 Special Provisions

253 2.1.6 Cone sections shall be eccentric - see standard detail All pre-cast sections and bases shall have the date of manufacture and the name or trademark of the manufacturer impressed or indelibly marked on the inside wall Dimensions and construction of drop manholes to be similar to typical manholes except as shown on the plans. 2.2 Cast-in-place Manholes: Concrete for poured-in-place bases or complete manholes shall conform to the requirements for Class A concrete in the New Hampshire Department of Public Works and Highways Standard Specifications for Road and Bridge construction. Materials shall conform to Manufacturer s specifications Reinforcing steel for poured-in-place concrete shall conform to the requirements of the New Hampshire Department of Public Works and Highways Standard Specifications for Billet-Steel Bars or Welded Steel Wire Fabric. 2.3 Pre-Cast Manholes: Pre-cast concrete barrel sections, cones and bases shall conform to ASTM C 478 except as may be otherwise shown on the Standard Details. 2.4 Castings, Frames and Covers: Manhole frame and cover shall conform to the requirements of the New Hampshire Department of Environmental Services, Water Supply and Pollution Control Division and shall provide a 30 diameter clear opening. The cover shall have the words CITY OF MANCHESTER AND 2015 around the outside edge and the word SEWER in 3 inch letters cast into the top surface for sewer manholes located in the City of Manchester. The cover shall the word SEWER in 3 inch letters cast into the top surface for the sewer manholes and year as shown in detail drawings, which are located in the City of Londonderry. Sewer Service manholes shall have the word SEWER IN 3 inch letters into the top surface The castings shall be of good quality, strong, tough, even grained cast iron, smooth, free from scale, lumps, blisters, sandholes, and defects of every nature which would render them unfit for the service for which they are intended. Contact surfaces of covers and frame seats shall be machined at the foundry, before shipment to prevent rocking of covers in any orientation. Cover pick holes shall not be through holes when cover is seated All castings shall be thoroughly cleaned and subject to a careful hammer inspection Castings shall be at least Class 30 conforming to the ASTM Standard Specification for Gray Iron Castings, Designation A Brick shall be sound, hard, and uniformly burned brick, regular and uniform in shape and size, of compact texture, and satisfactory to the ENGINEER. Brick shall comply with ASTM Standard Specifications for Sewer Brick (made from clay or shale), Designation C32, for Grade SS, hard brick. 2.6 Mortar shall be composed of portland cement, hydrated lime, and sand, in the proportions of 1 part cement to ½ part lime to 4½ parts sand, (by volume). The proportion of cement to lime may vary from 1:¼ for hard brick, but in no case shall the volumes of sand exceed three times the sum of the volume of cement and lime. 2.7 Cement shall be Type II portland cement conforming to ASTM C-150, Standard Specifications for Portland Cement. SP-7 Special Provisions

254 2.8 Hydrated lime shall be Type S conforming to the ASTM Standard Specifications for Hydrated Lime for Masonry Purposes, Designation C Sand shall consist of inert natural sand conforming to the ASTM Standard Specifications for Concrete (Fine) Aggregates, Designation C33 as follows: GRADING: Sieve Percent Passing #3/ Fineness Modulus Water proofing of all precast concrete manhole sections to be installed under this Contract shall be supplied with a factory-applied bituminous waterproofing compound on the exterior surfaces. Bituminous waterproofing compound may be trowel, brush or spray applied in accordance with the manufacturer s recommendations. The waterproofing coating shall completely fill all crevices, grooves, and voids creating a continuous coating that is free of breaks, pinholes and other defects. Bituminous coating shall be carried over exposed exterior edges of manhole joints and openings. Bituminous waterproofing coating shall be Hydrocide 600, 700 or 700B as manufactured by Sonneborn division of ChemRex, Inc. or acceptable approved equal. 3.1 Bedding material shall consist of crushed stone which meets the requirements of ASTM Designation C33, gradation No. 67 (3/4 to No. 4). CONSTRUCTION REQUIREMENTS 3.1 The Contractor shall submit a shop drawing for the Sewer Manholes as specified. This design shall be completed by the system manufacturer and approved by the Engineer prior to construction. 3.2 Sanitary sewer manholes shall be constructed at the locations, to the elevations, and in accordance with notes and details shown on the drawings as well as NHDES Standard Details Pre-cast bases shall be placed on a 6 layer of compacted bedding material. The excavation shall be properly dewatered while placing bedding material and setting the base or pouring concrete. Water-stops shall be used at the horizontal joint of poured-in-place manholes Inlet and outlet stubs shall be connected and sealed in accordance with the manufacturers recommended procedure, and as shown on the Standard Details Barrel sections and cones of the appropriate combination of heights shall then be placed, using manufacturers recommended procedure for sealing the horizontal joints, and as shown on the Standard Details or the remaining barrel of the manhole shall be cast above the base. A double ring of mastic sealant shall be used to seal the joints between manhole riser sections. All joint surfaces shall be thoroughly cleaned prior to placement of the sealant so as to be completely free of stones, sand, soil, debris, and other materials that could adversely affect sealing of the joints. SP-8 Special Provisions

255 3.2.4 Following setting of the cone section, the frame and cover or some other means of preventing accidental entry by unauthorized persons, children, animals, etc., shall be placed on the top of the structure until the CONTRACTOR is ready to make final adjustment to grade Only clean bricks shall be used in brickwork for manholes. The brick shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar nor so wet as to be slippery when laid. Each brick shall be laid in a full bed and joint of mortar without requiring subsequent grouting, flushing, or filling and shall be thoroughly bonded as directed Brick masonry shall be protected from too rapid drying by the use of burlaps kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. 3.3 Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or finished ground surface or as indicated on the drawings. Frames shall be set concentric with the top of the masonry and in a full bed of mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. A minimum of 2 courses and a maximum of 6 courses of brick masonry shall be set between the manhole frame and top of concrete manhole wall. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around and on the top of the bottom flange. The mortar shall be smoothly finished and be sloped to shed water away from the frame Manhole covers shall be left in place in the frames upon completion of other work at the manholes INSPECTIONS AND TESTS 4.1 Leak Testing - Leakage tests shall be made and paid for by the CONTRACTOR and observed by the ENGINEER on each manhole. Prior to backfilling, all manholes shall be vacuum tested. After backfilling, the manholes shall be retested using either the vacuum test or exfiltration test. The exfiltration test and vacuum tests shall be made as described below After the manhole has been assembled in place, all lifting holes and those exterior joints within 6 feet of the ground surface shall be filled and pointed with an approved non-shrinking mortar. The test shall be made prior to placing the shelf and invert and before filling and pointing exterior horizontal joints below the 6-foot depth line or any interior horizontal joints, boots or pipe entrances. If the groundwater table has been allowed to rise above the bottom of the manhole, it shall be lowered for the duration of the test. All pipes and other openings into the manhole shall be suitably plugged and the plugs braced to prevent blow out Vacuum Testing Procedure: All manholes shall be vacuum tested prior to backfilling. After backfilling manholes shall be retested by vacuum test or exfiltration test. Vacuum test shall require the sealed manhole to hold a vacuum drop of 1 Hg over a period of time as described below. 1. Initial test pressure = 10 Hg (i.e. ±20 Hg absolute) 2. Test time for 1 Hg drop to 9 Hg SP-9 Special Provisions

256 - 2 minutes minimum allowable, for 0-10 deep manholes; - 2½ minutes minimum allowable for deep manholes; - 3 minutes minimum allowable for deep manholes 3. If the pressure drop exceeds 1 Hg in the test time the manhole shall be repaired and retested. Repairs can not include filling and pointing internal horizontal joint, boots, and pipe entrances. 4. If a manhole fails to meet 1 Hg drop in 1 minute after repair, the unit shall be removed and repaired or replaced as necessary. 4.2 Exfiltration /Test Procedure: The manhole shall be filled with water to the top of the cone section. A period of time may be permitted, if the CONTRACTOR so wishes, to allow for absorption. At the end of this period, the manhole shall be refilled to the top of the cone, if necessary, and the measuring time of at least 8 hours begun. At the end of the test period, the manhole shall be refilled to the top of the cone; measuring the volume of water added. This amount shall be extrapolated to a 24-hour rate and the leakage determined on the basis of depth. The leakage for each manhole shall not exceed 1 gallon per vertical foot for a 24-hour period. If the test fails this requirement, but the leakage does not exceed 3 gallons per vertical foot per day, repairs by approved methods may be made as directed by the ENGINEER to bring the leakage within the allowable rate of 1 gallon per foot per day. Leakage due to a defective section or joint or exceeding the 3 gallons per vertical foot per day, shall be cause for the rejection of the manhole. It shall be the CONTRACTOR s responsibility to uncover the manhole as necessary and to disassemble, reconstruct, or replace it as directed by the ENGINEER. The manhole shall then be retested and, if satisfactory, interior joints shall be filled and pointed. 4.3 Infiltration Test: If after vacuum testing and backfilling the groundwater table is above the highest joint in the manhole, and if there is no leakage into the manhole as determined by the ENGINEER, such a test can be used to evaluate the water-tightness of the manhole. However, if the ENGINEER is not satisfied, the CONTRACTOR shall lower the water table and carry out the test as described hereinbefore. METHOD OF MEASUREMENT 5.0 Sewer Manholes shall be measured by the vertical foot as measured to the nearest 0.1 foot from the invert of the out flowing pipe to the top surface of the manhole cover. BASIS OF PAYMENT 5.1 Payment for manholes shall be at the unit price bid per vertical foot, as stated in the Bid Schedule and shall constitute full compensation including overhead and profit for furnishing all plant, labor, equipment, appliances, and materials, and performing all operations in connection with the satisfactory installation of manholes in accordance with the specifications herein, and shall include excavation and backfill, furnishing and installing bedding material, dewatering, sheeting, shoring, furnishing and installing frame and cover (including manholes where watertight sanitary sewer covers are required), furnishing and constructing invert and shelf, coring and booting as required, furnishing and installing intermediate concrete platforms, installing steps where indicated, installing pipes in the manhole, connecting existing mains to new manholes, connecting new mains to new manholes, and testing for leakage. No additional payment shall be made for any raising of sewer manhole frame and covers. SP-10 Special Provisions

257 5.2 Full payment will not be made until all testing and subsequent repairs have been completed. For payment purposes, ten (10) percent of the unit prices as stated in the Bid Schedule for Manholes shall be withheld for testing. Pay Items and Units: Sewer Manholes, 4 Foot Diameter Vertical Foot Sewer Manholes, 5 Foot Diameter Vertical Foot END OF SECTION SP-11 Special Provisions

258 SPECIAL PROVISION SECTION 603 CULVERTS AND STORM DRAINS ITEM x 30 PLASTIC PIPE-ARCH (STORAGE CHAMBERS) This special provision provides for the placement of 51 x 30 Plastic Pipe-Arch (Storage Chambers) for the Underground Infiltration System and neither amends nor modifies the provision of this section except as noted below. DESCRIPTION 1.1 This work shall consist of placement of 51 x 30 Plastic Pipe-Arch (Storage Chambers) for the Underground Infiltration System as directed by the Manufacturer or as ordered by the Engineer. MATERIALS 2.1 Storage Chambers shall meet the requirements of ASTM F Standard Specification for Polypropylene (PP) Corrugated Wall Stormwater Collection Chambers. 2.2 Materials shall conform to Manufacturer s specifications. 2.3 Storage Chamber system shall be designed to support HS-25 Loading. CONSTRUCTION REQUIREMENTS 3.1 The Contractor shall submit a shop drawing for the final layout design of the Storage Chambers. This design shall be completed by the system manufacturer and approved by the Engineer prior to construction. 3.2 Construction requirements shall conform to Manufacturer s specifications. 3.3 Storage Chambers shall be sized to completely retain and infiltrate the 10-year storm event. 3.4 Storage Chamber design shall include pretreatment (i.e. isolator row or approved equal). METHOD OF MEASUREMENT x 30 Plastic Pipe-Arch (Storage Chambers) shall be measured by the linear foot, complete in place. BASIS OF PAYMENT 5.1 The accepted quantity of 51 x 30 Plastic Pipe-Arch (Storage Chambers) will be paid for at the contract unit price per linear foot complete in place. All connection pipes, overflow manifolds, end caps, and other miscellaneous fittings required to complete Underground Infiltration System shall be subsidiary to the Storage Chambers. Pay Items and Units: x 30 Plastic Pipe-Arch (Storage Chambers) Linear Foot END OF SECTION SP-12 Special Provisions

259 SPECIAL PROVISION SECTION 604 CATCH BASINS, DROP INLETS, AND MANHOLES ITEM OUTLET PIPE HOOD DESCRIPTION 1.1 This work shall consist of furnishing and installing an outlet pipe hood as shown on plans and details. MATERIALS 2.1 The materials shall consist of a glass reinforced resin composite outlet hood with an antisiphon device, access port, and all necessary mounting hardware. CONSTRUCTION REQUIREMENTS 3.1 The Contractor shall make submittal for approval prior to construction. 3.2 Outlet pipe hoods are to be constructed as shown on plans and details and in accordance with manufacturer s recommended installation procedure. METHOD OF MEASUREMENT 4.1 Outlet Pipe Hoods will be measured per each and will include all materials and work required for complete installation of this item. BASIS OF PAYMENT 5.1 The accepted quantity of Outlet Pipe Hoods will be paid for at the contract unit price per each, complete in place, as directed by the Engineer and shall include all other work required or incidental to the completion of this item. Pay item and units: Outlet Pipe Hood Each END OF SECTION SP-13 Special Provisions

260 Amend Section 1.1 SPECIAL PROVISION AMENDMENT TO SECTION 607 FENCES Items Perimeter Fence With Wildlife Skirt and Barbed Wire 1.1 This item shall consist of furnishing and erecting a chain-link fence with wildlife skirt and barbed wire 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. Amend Section Posts, Rails and Braces. Line posts, rails, and braces shall conform to the requirements of ASTM F1043 or ASTM F1083 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. Amend Section Barbed Wire. Barbed wire for top of fence shall be 3-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A121, Class 3, Chain Link Fence Grade. Add Section Miscellaneous Fittings and Hardware. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153. Add Section 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. Add Section Fabric. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2-inch (50 mm) mesh and shall meet the requirements of ASTM A392, Class 2. The fabric shall be woven from a 9 gauge aluminum-coated steel wire in a 2-inch (50 mm) mesh and shall conform to the requirements of ASTM A491. Amend Section Installing Posts. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. Posts should be spaced not more than 10 feet (3 m) apart and should be set a minimum of 36 inches (90 cm) in concrete footings. If the frost depth is greater than 36 inches (90 cm), the posts should be set accordingly. The posts holes shall be in proper alignment so that there is a minimum of 3 inches (75 mm) of concrete on all sides of the posts. SP-14 Special Provisions

261 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 (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches (300 mm). After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation Add Section 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. Add Section Installing Braces. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. Add Section 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 (25 mm) or more than 4 inches (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches (150 mm) or less. To install skirt fabric, excavate ground to the depth required for proper installation of the fabric. Obtain Engineer s approval of depth of excavation before placing the wire fabric. Place the fabric and lap splice it to existing fence fabric and tie with wire ties at 2-foot (0.6-m) spacing. Cut wire fabric around fence post footing to allow proper placement. Backfill with native soil to original grade and compact. Gate concrete pads shall be installed at each gate or as shown on the plans. Amend Section Electrical Grounds. Electrical grounds shall be constructed as directed by the Engineer. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet (2.4 m) long and a minimum of 5/8 inches (16 mm) in diameter driven vertically until the top is 6 inches (150 mm) 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- SP-15 Special Provisions

262 019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, Paragraph , Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities. Amend Section 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. Add Section Weed control material shall be applied over an area 5 feet (1.5 m) wide, measured from the fence centerline, and over the wildlife fence. Apply weed control material as recommended by the manufacturer s instructions and in compliance with state and local regulations. Add to Basis of Payment Barbed wire for fence top, wildlife skirt, and weed control are included in the linear foot cost for the fence and shall not be measured for separate payment. Add to Pay items and Units: Perimeter Fence With Wildlife Skirt and Barbed Wire Unit END OF SECTION SP-16 Special Provisions

263 SPECIAL PROVISION SECTION WATER INSTALLATION DESCRIPTION 1.1 General Description of Work The purpose of this work relocate or remove existing fire hydrant assemblies to conform to realignment of Ammon Drive. The Contractor is responsible for furnishing and installing any water line and/or appurtenances as ordered by the Engineer Manchester Airport or its Designated Agent, hereinafter called OWNER, together with the Engineer, will inspect, accept and/or reject work related to the water line work herein specified The Contractor shall furnish all materials, labor, tools and equipment, and perform all operations, testing, and incidentals necessary for a complete operating water main, as outlined herein and on the plans. 1.2 Sequence/Maintenance of Service The Contractor is responsible for maintaining continuous water service to affected customers via a temporary water system, except when construction requires an interruption of water service. A service interruption may last for a maximum of six hours. The Contractor must obtain written approval from the Owner prior to interruption of water service to affected water users. The Owner requires that a written notice be sent to all water customers 48 hours in advance of the scheduled shutdown. The Owner will provide written notification, but it is the Contractor's responsibility to establish and address needs and coordinate with the Engineer and the Owner. 1.3 Reference Drawings and Information Neither the Engineer nor the Owner guarantees the accuracy or completeness of existing conditions shown on the construction plans for this water line work. Sufficient investigations shall be made by the Contractor so that the Contractor is knowledgeable of existing conditions prior to tendering a bid. MATERIALS 2.1 All materials shall conform to the requirements of the Manchester Water Works construction standards. CONSTRUCTION REQUIREMENTS 3.1 General The Contractor shall furnish all water main pipe, fittings, services and related material and appurtenances, labor, tools and equipment, granular material, and concrete; and perform all operations and incidentals necessary for complete excavation, installation, backfill, and testing as shown on the plans and details, or as directed by the Engineer, and as required in the Manchester Water Works construction standards; and maintain service at all times The Contractor, at the completion of each part of the work, shall furnish the as-built locations of the water main and appurtenances referenced to the project s Construction Base Line and Bench Marks. The as-built locations shall be to an accuracy of plus or minus 0.10 feet in plan and elevation. 3.2 Pipe Installation There shall be no physical connection between a public or private potable water supply system and a sewer, or sewer appurtenance which would permit the passage of any sewage or polluted water into the potable supply. No water pipe shall pass through or come in contact with any part of a sewer manhole. SP-17 Special Provisions

264 3.2.2 Piping in place shall be subject to inspection and approval of the Engineer together with the Owner Pipe and accessories shall be kept in a sound, undamaged condition. They shall, at all times, be handled with care and shall not be dropped, dumped or bumped against any other object. Damaged material shall be replaced at no cost to Owner, at any time during the construction that the damage is identified or occurs Pipe shall be stored off the ground. 3.3 Hydrants Hydrants shall be set at the locations shown and bedded on a firm foundation. Each hydrant shall be set in true vertical alignment and properly braced Hydrants shall be mechanically restrained by either GripRing or Megalug type joint restraint systems Height adjustments shall be made to the hydrants so that the bottom flange of the hydrant is 3 inches above finish grade. Height adjustments shall be made with extension as manufactured by the hydrant supplied or approved by the Engineer. All hydrant extension shall be considered subsidiary to the hydrant bid item Wherever a hydrant is set in soil that is pervious, a drainage pit 2 ft in diameter and 1 ft deep shall be excavated below each hydrant and filled with coarse gravel or crushed stone mixed with coarse sand, under and around the elbow of the hydrant and to a level of 6 inches above the waste opening. Compaction shall be in accordance with Wherever a hydrant is set in clay or other impervious soil, a drainage pit 2 ft in diameter and 3 ft deep shall be excavated below each hydrant and filled with coarse gravel or crushed stone mixed with coarse sand, under and around the elbow of the hydrant and to a level of 6 in. above the waste opening. Drainage pits shall not be connected to a sewer. Compaction shall be in accordance with Hydrants shall be set on a concrete base or other materials approved by the Engineer and shall be well braced and anchored by depositing concrete behind the hydrants on undisturbed earth at the end of the trench, or by wedging granite block in place of concrete The water main may be shut off for a maximum of 4 hours beginning after 9:00 a.m. for the removal of hydrants or installation of the tap or tee. Coordinate the shut off with the utility No hydrant shall be backfilled until directed by the Engineer. METHOD OF MEASUREMENT 4.1 Cement Lined Ductile Iron Water Pipe CL 52 shall be measured by the linear foot to the nearest foot. 4.2 Gate valve shall be measured by each. 4.3 Remove Existing Valve Pit shall be measured by each. 4.4 Remove Gate Valve shall be measured by each. 4.5 Adjusting/Relocating Hydrants will be measured by the each and include any incidental work including excavation and backfill. SP-18 Special Provisions

265 4.6 Abandon and Remove Hydrant Assembly shall be measured by the number of units abandoned and removed. 4.7 Adjusting Water Gates and Shutoffs Set by Others will be measured by the each and include any incidental work including excavation and backfill. BASIS OF PAYMENT 5.1 The unit price bid shall include furnishing and installing Ductile Iron Water Pipe. It shall also include any necessary excavation, gravel backfill, testing, chlorination, restoration of surfaces over trenches and all other necessary and incidental work for complete-in-place installation. 5.2 The unit price bid shall include furnishing and installing Gate Valves. It shall also include any necessary excavation, gravel backfill, restoration of surfaces over trenches, gate box aligner, mechanical joint anchor tee, concrete thrust block, and all other necessary and incidental work for complete-in-place installation. 5.3 The unit price bid shall include Removal of Existing Valve Pit. It shall also include any necessary excavation, backfill, disposal off-site, restoration, and incidental work for complete removal. 5.4 The unit price bid shall include Removal of Gate Valve. It shall also include all excavation, gravel backfill, restoration of surfaces, and all other necessary and incidental work. 5.5 The accepted quantity of Adjusting/Relocating Hydrants will be paid at the contract unit price per each complete in place as shown on the plan and specified herein, and shall include excavation, bedding, blanket backfill, appurtenances, riser extensions, thrust block, and all other work required for or incidental to the completion of this item. 5.6 The accepted quantity of abandoning and removing hydrants will be paid for at the contract unit price per each hydrant removed or abandoned. It shall include all excavation, gravel backfill, restoration of surfaces over trenches and all other necessary and incidental work. 5.7 The accepted quantity of adjusting water gates and shutoffs set by others will be paid for at the contract unit price each complete in place. Pay Items and Units Cement Lined Ductile Iron Water Pipe, CL 52 LF Cement Lined Ductile Iron Water Pipe, CL 52 LF Gate Valve EA Gate Valve EA Remove Existing Valve Pit EA Remove Gate Valve EA Adjusting/Relocating Hydrants EA Abandon and Remove Hydrant Assembly U Adjusting Water Gates And Shutoffs Set By Others EA END OF SECTION SP-19 Special Provisions

266 SPECIAL PROVISION SECTION SANITARY SEWER INSTALLATION DESCRIPTION 1.2 General Description of Work The work for Base Bid shall consist of furnishing and installing approximately 1033 lf of 6, 8 and 12 SDR 35 PVC sewer pipe, 2 HDPE, PVC tee/wye s, bypass pumping and temporary sewer services, dewatering, excavation, bedding and backfilling as shown on the plans and specified herein. The work for Alternate Bid shall consist of furnishing and installing approximately 3260 lf of 6, 8 10 and 12 SDR 35 PVC sewer pipe, sewer clean outs, PVC tee/wye s, bypass pumping and temporary sewer services, dewatering, excavation, bedding and backfilling as shown on the plans and specified herein. The contractor shall be responsible for supplying and installing the new sewer system and maintaining continuous sewer service throughout the duration of the project in accordance with the sewer plans and specifications or as ordered by the Engineer The Designated Representative, hereinafter called Owner, together with the Engineer, will inspect, accept, and reject work related to the sanitary sewer installation herein specified The contractor shall furnish 6 copies of the manufacturer s shop drawings, specific design data as required in herein specifications, covering all equipment and fabricated material which is propose to furnish under this contract in sufficient detail to indicate full compliance within the specifications. Shop drawings shall indicate the method of installing, the exact layout dimensions of the equipment or material, including the location, size and details of valves, pipe connections, etc. No equipment or materials shall be shipped until the manufacturer s shop drawings and specifications or other identifying data, assuring compliance within this specification, are approved by the Engineer. 1.3 Sequence/Maintenance of Service The Contractor shall design and provide a bypass pumping system if necessary to maintain continuous sewer service. Sewer flow shall be maintained in whatever manner the Contractor chooses; however, the method chosen must provide for round-the-clock fail-safe sewer service with remote alarms system and backup power system which shall provide 24 hour monitoring. All bypass equipment shall be onsite prior to commencing any work on the existing sewer. The by-pass pumping equipment and including pumps, generators, piping, temporary sleeves, alarm and monitoring systems, monitoring man hours shall be considered subsidiary or incidental to sewer manhole piping. The Contractor shall submit the proposed plan to maintain sewage flow to the Engineer for review and approval a minimum of 10 days prior to start-up of the bypass system. Submitted plan shall include a contingency plan for primary bypass pumping system failure. 1.4 Reference Drawings and Information The plans indicate, in general, the roadway alignment and finished grade elevation as well as underground utility locations and piping invert grades. The Contractor shall verify the location of all existing pipes, utilities, etc. with the Owner of that facility prior to performing the work. Neither Hoyle, Tanner nor the owner guarantees the accuracy or completeness of the existing conditions shown on the construction plans. Cover over pipes shall conform to requirements of the New Hampshire Department of Environmental Services (NHDES) The Contractor shall make sufficient investigations so that the Contractor is knowledgeable about existing conditions prior to tendering a bid. SP-20 Special Provisions

267 MATERIALS 2.1 Soil Materials The Contractor shall provide the following soil materials for the installation of the sewer and appurtenances Common Backfill Common backfill shall be granular material consisting of hard sand and gravel so graded that, of the material passing the No. 4 sieve, not more than 35% shall pass the No. 200 sieve. Common backfill shall be free of organic matter, trash, roots, frost, or other deleterious material and shall contain no stone measuring greater in any dimension than twothirds of the loose lift thickness or 8 inches whichever is smaller. Common backfill material shall be capable of forming a firm, stable base when spread and compacted in accordance with this specification. In addition, common backfill shall be non-plastic (plasticity index zero, defined as liquid limit minus plastic limit). Common backfill materials may be obtained from either on-site excavations or from off-site sources. Any materials excavated from the trench and not conforming to this specification shall be disposed of as specified and replaced with approved material, as required, at no additional cost to the Owner Sand Blanket Material Sand blanket material required for installation of the sewer and appurtenances shall meet the following gradation requirements, 100% passing the ½" sieve and, of the material passing the No. 4 sieve, no more than 12% passing the No. 200 sieve Gravel Fill Gravel fill shall consist of hard, durable gravel free from trash, organic matter, clay, surface coatings, and other deleterious materials. Gravel fill shall have a maximum stone size of two-thirds of the loose lift thickness or 6 inches whichever is smaller. That portion passing the 4 inch sieve shall meet the following gradation requirements, as determined by ASTM C 136 and ASTM C 117: U.S. Sieve Size Percent Passing 6 inch 100 No No. 200* 0-12 * Based on fraction passing the No. 4 sieve Crushed Gravel Crushed gravel shall consist of hard durable sand and gravel, free from trash, organic matter, clay, surface coatings, and other deleterious materials. Crushed gravel material shall meet the following gradation requirements, as determined by ASTM C 136 and ASTM C 117: U.S. Sieve Size Percent Passing 3 inch inch inch No No. 200* 0-12 * Based on fraction passing the No. 4 sieve At least 50 percent of the material retained on the 1 inch sieve shall have a fractured face When the quantity of crushed gravel in the contract is 5,000 yd 3 or less, the fractured faces requirement and the gradation requirements for the 1 inch sieve for crushed gravel may be waived to permit the use of modified crushed gravel. SP-21 Special Provisions

268 2.1.5 Crushed Stone for Bedding Bedding shall be crushed stone conforming to ASTM C 33 stone size No. 67 gradation requirements Crushed Stone for Over-Excavation If, in the opinion of the Engineer together with the Owner, the material at or below the depth of the trench is unsuitable for foundation, it shall be removed to such depths as directed by the Engineer and shall be replaced with granular backfill (crushed stone conforming to ASTM C33, stone size No. 467) and placed as provided in Pipe and Pipe Fittings All products and materials shall conform to the latest ASTM, ANSI or other standard as specified herein Polyvinyl Chloride Pipe shall be SDR 35, push-on joint conforming with ASTM D 3034 or ASTM F-789, ASTM D 2412 and UNI-B-7 of the Uni-Bell Plastic Pipe Association. Fittings shall comply with ASTM D3034. Joints shall comply with ASTM D 3212 and UNI-B-1 of the Uni- Bell Plastic Pipe Association Each length of pipe shall have an integral bell and shall be supplied in 12.5 ft lengths Joint shall be push-on type using an elastomeric gasket designed to prevent slipping during jointing. The gaskets shall be factory installed and secured in place prior to delivery to the job site Wye branch connections shall be supplied for service connections All pipe, fittings, gasket material and lubricant shall be supplied by the same manufacturer. Petroleum base lubricants shall not be used Physical and chemical properties of pipe couplings shall be equal to those properties of the pipe Flexible Couplings and Transition Couplings for non-pressure sewer pipe shall be resilient elastomeric plastic with recessed stainless steel bands at each end for fastening on service lines and shall be rigid couplings or dresser couplings on main lines Couplings used to join plain ends of PVC pipes shall be PVC double bell couplings which shall conform to ASTM D 3034 for materials and ASTM D 3212 for joints Identification: Each pipe length and fitting shall be clearly marked with: Manufacturer s name and trademark Nominal pipe size with sidewall dimension ratio Material designation High Density Polyethylene (HDPE) pipe: When the installation of HDPE is required, it shall conform to the requirements for HDPE listed below: Property Unit Test Procedure Typical Value Material Designation - PPI/ASTM PE 3408 PPI Material Listing - PPI TR-4 PLEXCO P34CH SP-22 Special Provisions

269 Material Classification - ASTM D-1248 III C 5 P34 Cell Classification - ASTM D C Density (3) g/cm 3 ASTM D Melt Index (4) g/10 min ASTM D Flexural Modulus (5) psi ASTM D ,000 Tensile Strength (4) psi ASTM D-638 3,500 ESCR (3) fail % hours ASTM D-1693 f0 > 5000 HDB (4) psi ASTM D ,600 UV Stabilizer (C) % Carbon Black ASTM D to 3 Elastic Modulus psi ASTM D ,000 Brittleness Temperature Degrees F ASTM D-746 <-180 Vicat Softening Temperature Degrees F ASTM D Thermal Expansion in/in/ F ASTM D x 10-5 Hardness Shore D ASTM D Molecular Weight Category - - Extra High 73.4 Degrees F psi ASTM D , Degrees F psi ASTM D Unless otherwise called for, HDPE pipe for sewer main shall be SDR 9 for a nominal pressure rating of 200 psi and HDPE pipe for force mains shall be SDR 11 for a nominal pressure rating of 160 psi. HDPE pipe shall be certified by the manufacturer that the pipe supplied shall be suitable for usage with recurrent surge pressures up to one and a half times the nominal pressure rating and up to two times the nominal pressure rating for occasional surge pressures HDPE Pipe installation shall be per manufacturer recommendations. The HDPE shall be installed to minimal depth of 5 feet. The HDPE pipe bedding shall be sand blanket bedding of minimal thickness of 6 inches below the bottom pipe and 12 above the top of pipe and minimal width of 12. Compaction of the bedding shall be done by hand per manufacturer requirements HDPE pipe joints shall be according to manufacturer recommendations by either heat fusion or electrofusion. The person performing heat fusion or electrofusion shall be qualified in accordance with manufacturers recommended fusion join procedures. The HDPE pipe shall be hydrostatic pressure tested per ASTM F2164, with visual inspection of pipe joints. 2.3 Magnetic Tracer Tape shall consist of a continuous aluminum foil core inseparably bonded on both sides with tough high density cross-laminated plastic films, pigmented in orange, blue or other warning colors. Bond strength of the tracer tape must be such as to prevent pitting or degradation after 300 hours of continuous testing as per ASTM B Detectable tracer tape shall be the type that can be located by the inductive method and does not require electrical connection to be made to the tape itself The tape shall be compatible for use with the metal detectors currently in use in the City/Town. Magnetic Locating Tape shall be installed on all sewer pipe installed on this project, without exception The tape shall be six (6) inches in width and shall have the words Buried Sewer Line Below permanently and indelibly printed on it Prior to purchase of the tape and acceptance by the Engineer, a sample of the tape shall be furnished to the City/Town and field tested by City/Town personnel. No tape is to be purchased until it has been approved by both the Owner and the Engineer. 2.4 Boots shall conform to manufacturer s specifications. SP-23 Special Provisions

270 CONSTRUCTION REQUIREMENTS 3.1 General The Contractor shall furnish all sanitary sewer pipe, fittings, services and related material, labor, tools and equipment, granular material, concrete and appurtenances; and perform all operations and incidentals necessary for complete excavation, installation, backfill, testing and maintenance of service as outlined herein and on the plans The Contractor shall be responsible for the layout of the work. The sanitary sewer and appurtenances shall be built at the locations indicated on the plan to facilitate reconstruction of other facilities within this area of the project All sewer pipe shall have continuous magnetic tracer tape installed in the trench above the pipe The Contractor shall be responsible to field locate all existing sewer service laterals for the purpose of connecting them to the proposed sewer. This may involve exploratory test pits of which payment will be made under Item Consequential damages resulting from the Contractor not locating the facilities as shown on the plan are the responsibility of the Contractor The Contractor, at the completion of the work, shall furnish the as-built locations of the sewer main, and appurtenances referenced to the project's Construction Base Line and Bench Marks as described herein. The as-built locations shall be to an accuracy of plus or minus 0.10 feet in plan and elevation Any deviations from the locations shown on the plans require the Engineer s approval. Any discrepancies with locations shown on the plans will be brought to the Engineer's attention and subsequently resolved between the Owner, the Engineer and the Contractor. 3.2 Protection of Water Supplies There shall be no physical connection between a public or private potable water supply system and a sewer, or sewer appurtenance, which would permit the passage of any sewage or polluted water into the potable supply. No water pipe shall pass through or come in contact with any part of a sewer manhole. 3.3 Trench Excavation General - Excavation, dewatering, sheeting, and bracing shall be carried out in such a manner as to provide a safe work environment and eliminate any possibility of undermining or disturbing the foundations of any existing structure, utilities or any work previously completed under this contract All lawns, paved surfaces, roadways, and structures which have been damaged or disturbed by the Contractor s operations outside of the project work areas shall be restored to a condition at least equal to that in which they were found immediately prior to the beginning of operations or as specified on the drawings On paved surfaces that will not be resurfaced under this contract, the Contractor shall not use or operate tractors, bulldozers, or other power-operated equipment with treads or wheels SP-24 Special Provisions

271 which are so shaped as to cut or otherwise damage such surfaces during excavation or other phases of the work Excavation, Shoring and Dewatering - The Contractor shall provide trench shoring and dewatering, if necessary, to provide a stable and dry trench at all times. Trench payment width shall be to a plane 12 inches above the pipe, for pipes greater than 15 inches nominal diameter or less the width shall be no more than 36 inches, for pipes greater than 15 inches nominal, the width shall be 24 inches plus the diameter of the pipe. Cover on the gravity sewer pipe shall be a minimum of 6 feet or as shown on the contract drawings. Trench depth shall extend to 6 inches below the invert of the main As the excavation approaches pipes, conduits, or other underground structures, digging by conventional trenching machine methods shall be discontinued. Only manual methods of excavating shall be employed around buried utilities Prior to doing any work outside the work limits on airport or private property or disturbing private property, the Contractor shall advise the property owner of the work and/or disturbance of the person's property that will be done, and the restoration thereof The Contractor shall maintain utilities, utility services and sewers encountered in the excavation, and repair or replace them to their Owner's satisfaction and be responsible for all consequential damages The Contractor shall not be compensated for any additional work required in working in close proximity to a utility line, sewer, water or underground structure in the trench line above or below the sewer pipe Excavations shall be kept dry until the pipes and appurtenances to be built therein have been completed to such extent that they will not be damaged Provide, operate and maintain any dewatering system required to lower and control groundwater levels and groundwater hydrostatic pressure during the construction of the Work as required by this Section and the Contract Documents. The Contractor shall assume full responsibility and expense for the adequacy of the dewatering system with no additional time for performance The dewatering system shall be capable of developing an excavated subgrade relieved of any hydrostatic pressure that could cause a decrease in the stability of the excavated subgrade and which will provide the necessary groundwater control for the proper performance required for completion of the Work Dispose of subsurface water collected in a manner which conforms to all applicable local, state and federal ordinances, statutes and laws. Obtain all permits required for operation of the dewatering system Maintain continual and complete effectiveness of the dewatering system operation to provide a firm, stable, excavated subgrade at all times as required for proper performance of the Work Provide dewatering necessary to maintain the groundwater table 18 below the base of the proposed structure and/or pipe at all times Provide adequate protection from erosion from any of the dewatering operations utilized during the course of the construction. Any damage, disruption or interference to newly SP-25 Special Provisions

272 constructed work or existing properties, buildings, structures, utilities and/or other work resulting directly or indirectly from dewatering operations conducted under this Contract shall be remedied by the Contractor, at no cost to the Owner Provide such additional treatment devices as may be required to meet the provisions of the Contract. This may include the construction of sumps and/or settling basins, stone rip-rap, silt fences or other requirements. The treatment devices shall be later removed and/or filled in with acceptable backfill material, and restored to original conditions once they are no longer needed, at no additional cost to the Owner Over-Excavation - If, in the opinion of the Engineer together with the Owner, the material at or below the depth of the trench is unsuitable for foundation, it shall be removed to such depths as directed by the Owner and shall be replaced with granular backfill and placed as provided in Where the bottom of the excavation shall, by error of the Contractor, have been taken to a depth greater than the depth shown on the drawings, or as directed, said condition shall be corrected by refilling to the proper grade with compacted No. 67 stone. All costs shall be borne by the Contractor Rock and Boulder Excavation - Rock and boulder excavation shall be in accordance with "Section 206, Structure Excavation for Pipes and Other Minor Structures." Excess and Unsuitable Excavation - Excess excavation that will not be used for backfill and unsuitable excavation shall be removed from the site and disposed of by the Contractor at his sole cost in accordance with local, state or federal regulations. 3.4 Trench Backfill General - After the pipe has been placed and has been inspected by the OWNER together with the Engineer, backfilling shall be performed without delay Bedding - Bedding shall be crushed stone and shall extend 6 inches below the pipe invert, out to the trench walls up to the springline (horizontal centerline) of the pipe unless noted otherwise on the plans. Placement and compaction of bedding to 95% Modified Proctor in accordance with ASTM D 157 and ASTM D 2922 shall be done as described below and shall precede the laying of pipe by no more than 3 feet Blanket - From the springline of the pipe to a minimum of 12 inches above the pipe crown, the trench shall be backfilled by placing and compacting sand in lifts of 6 inches or less to 95% Modified Proctor in accordance with ASTM D 157 and ASTM D The filling shall be carried up evenly on both sides of the pipe, care being taken not to raise or otherwise dislodge the pipe. Backfill to this depth shall be thoroughly compacted with approved hand-operated devices Backfill - Backfill material from 12 inches above the pipe crown to the underside of the pavement select material profile, or to the underside of gravel and loam areas, shall be backfilled with common backfill described herein and as approved by the Engineer Backfill shall be placed and compacted in layers of 12 inches or less. Compaction shall be by hand-operated compactors Tamping of trenches with excavating machines is prohibited. SP-26 Special Provisions

273 Trench areas improperly backfilled or having excessive settlement, as determined by the Engineer, shall be reopened to the required grade and repaved as necessary. The Contractor shall receive no additional compensation for repair of trenches constructed under this Contract Soil compaction for pipe backfill shall be 95% Modified Proctor in accordance with ASTM D 157 and ASTM D Temporary Trench Pavement Patch - All pavement patching of sewer pipe-related trenches, if required and as directed by the ENGINEER, shall be in accordance with Section Sewer Installation General Pipe and fittings shall be handled with care to ensure that the pipe and fittings are in sound, undamaged condition. Particular care shall be taken to prevent damage to pipe coating and lining (if any) The Contractor shall furnish slings, straps and/or other approved devices to support the pipe when it is lifted. Pipe and fittings shall not be dropped from trucks onto the ground or into the trench. Transporting pipe and fittings from storage areas shall be restricted to operations which will not cause damage to the pipe or lining (if any) All pipe and fittings shall be examined before laying and no pipe or fittings shall be installed which are found to be defective. Damaged pipe coatings and/or lining (if any) shall be repaired as approved or directed by the Engineer Any pipe showing a distinct crack with no evidence of incipient fracture beyond the limits of the visible crack, if approved, may have the cracked portion cut off by, and at the expense of, the Contractor before the pipe is laid so that the pipe used is sound. The cut shall be made in the sound portion of the barrel at least 12 inches from the visible limit of the crack If any defective pipe is discovered after it has been laid, the Contractor shall remove the defective pipe and replace it with sound pipe at no additional cost to the Owner In general, gravity pipe laying shall proceed upgrade with spigot ends pointing in the direction of the flow Flow from existing service connections, pump stations and main lines shall be maintained at all times by pumping or other methods approved by the Engineer. Under no circumstances will the dumping of raw sewage on private property, in municipal streets or into waterways, be allowed Control of Alignment and Grade Easement and property and other control lines necessary for locating the Work, as well as elevations and bench marks used in the design of the Work, are shown on the Drawings. The Contractor shall use this information to set line and use a level or transit to set grade The Contractor shall use laser equipment to assist in setting the pipe and casing and must demonstrate satisfactory skill in its use. SP-27 Special Provisions

274 The use of string levels, hand levels, carpenter s levels or other similar devices for transferring grade or setting pipe are not to be permitted During construction provide the Engineer, upon request, all reasonable and necessary materials, opportunities, and assistance for setting stakes and making measurements, including the furnishing of one or two rodmen as needed at intermittent times The Contractor shall not proceed until he has made timely request of the Engineer for, and has received, such controls and instructions as may be necessary as Work progresses. The Work shall be done in strict conformity with such controls and instructions The Contractor shall carefully preserve bench marks, reference points and stakes, and in case of willful, careless, or accidental destruction by his own men, he will be responsible for the resulting expense to re-establish such destroyed control data and shall be responsible for any mistakes or delay that may be caused by the loss or disturbance of such control data Maintain good alignment in laying pipe. The deflection at joints shall not exceed the manufacturer s recommended limit. Provide fittings, if required, in addition to those shown on the Drawings when pipe crosses utilities encountered when excavating the trench. Use solid sleeves only where sleeves are shown on the plans unless otherwise approved by the Engineer Installation of Pipe and Fittings The Contractor shall have on the job site with each pipe laying crew, all the proper tools to handle and cut the pipe All pipe and fittings shall be thoroughly cleaned before laying, and shall be kept clean until installed Pipe shall be laid in dry trench conditions. At no time shall water in the trench be permitted to flow into the pipe. At any time that Work is not in progress, or the trench is unattended, the end of the pipe in the trench shall be suitably closed to prevent the entry of animals, earth, water, etc. using watertight expandable plugs Lay PVC pipe and fittings in accordance with the requirements of AWWA C 900, except as provided herein. PVC pipe shall not be installed when temperatures are below 32 degrees F unless approved by the Engineer Core or recore existing manholes as required or directed by the Engineer and place boots in accordance with manufacturer s specifications Excavation shall conform to the Trenching Section shown on the plans As soon as excavation has been completed to the proper depth the pipe bed shall be prepared as follows: Place and compact bedding materials, as specified in the Trenching Section, to the elevation necessary to bring the pipe to grade. The compacted material shall be shaped so that the bottom quadrant of the pipe rests firmly on the bedding for the entire length of pipe barrels. Suitable holes shall be dug for bells or couplings to provide ample space for jointing pipe Each pipe section shall be placed into position on the pipe bed in such a manner and by such means required to avoid injury to persons, any property or the pipe. SP-28 Special Provisions

275 Permanent blocking under the pipe is not permitted except where a concrete cradle is required, in which case precast concrete blocks shall be used Jointing shall conform to the manufacturer's instructions and appropriate ASTM Standards Any debris, tools etc. shall be removed from the pipe After placing the pipe on the bedding, the bedding material shall be placed and compacted to the spring line (horizontal centerline) of the pipe Following placement of the bedding material, the blanket material shall be placed and compacted from the spring line to 12 inches above the crown of the pipe After placement of the blanket material the pipe shall be checked for alignment and grade. If the pipe has been properly installed, the Contractor may refill or backfill the remainder of the trench in conformance with the Trenching Section, and details shown on the Drawings At the end of each day's work, or more frequently, the Engineer will view the pipe installation. Unsatisfactory work by the Contractor shall be dug up and reinstalled to meet the requirements of the Contract Documents with no additional time allowed for completion of the Work and at no additional cost to the Owner When cutting of pipe is required, the cutting shall be done by machine (power cutter) without damage to the pipe or cement lining (if any). Cut ends shall be smooth and at right angles to the long axis of the pipe. Pipe ends to be used with a rubber gasket joint shall be beveled and filed or ground smoothly to conform to a manufactured spigot. 3.6 Pipe Testing General Leakage tests under the direction of the Engineer shall be conducted on all pipes installed under this section of the Work. Deflection tests shall be conducted on all PVC pipe. The Engineer shall witness all tests. The Contractor shall supply all plugs, pumps, weirs, gauges, water, water trucks, mandrels, etc., necessary to conduct the tests. Should the Work fail the leakage or deflection tests, corrective action shall be taken by the Contractor in a manner approved by the Engineer and, if directed by the Engineer, the Contractor shall dig up and relay the failed section with no additional time allowed for completion of the Work and at no additional cost to the Owner The use of sealants, applied from the inside of the pipe, is not acceptable Flush all piping systems with water prior to testing Testing forms which indicate all testing information and results shall be submitted to the ENGINEER Gravity Sewer Pipe Testing With All Service Connections Capped Air Test: Leakage testing shall be by means of low-pressure air in accordance with the procedures described in UNI-B-6. The maximum allowable pressure drop from the test pressure shall be 1.0 psig during the minimum holding time. SP-29 Special Provisions

276 Test pressure psi shall be calculated using the following equation: P = (H/2.31) P = Test pressure (max. = 9 psi) H = Height (ft) of groundwater above invert Minimum holding time required for a 1.0 psig maximum pressure drop shall be calculated using the following chart. Length Time Min. For For Time (min:sec) for Length (L) Shown Pipe Time Min. Longer Dia. (min: Time Length (in.) sec) (ft) (sec) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 4 3: L 3:46 3:46 3:46 3:46 3:46 3:46 6 5: L 5:40 5:40 5:40 5:40 5:40 5:40 8 7: L 7:34 7:34 7:34 7:34 7:36 8: : L 9:26 9:26 9:26 9:53 11:52 13: : L 11:20 11:20 11:24 14:15 17:05 19: : L 14:10 14:10 17:48 22:15 26:42 31: : L 17:00 19:13 25:38 32:03 38:27 44: : L 19:50 26:10 34:54 43:37 52:21 61: : L 22:47 34:11 45:34 56:58 68:22 79: : L 28:51 43:16 57:41 72:07 86:32 100: : L 35:37 53:25 71:13 89:02 106:50 124: : L 43:05 64:38 86:10 107:43 129:16 150: : L Deflection Test for Flexible Pipe: properly sized "GO-NO-GO" mandrel, sewer ball or deflectometer. Maximum allowable pipe deflection shall be five percent (5%). The deflection test shall be performed no sooner than thirty (30) days after installation. Internal Television Inspection 3.7 Internal television inspection of completed sewers shall be required prior to acceptance of sewers. Television inspection shall be performed as specified herein. Results of the inspection shall be provided on DIGITAL VIDEO DISK. After cleaning and before acceptance of new sewers, the pipe sections between manholes shall be visually inspected by means of closed circuit television. The inspection shall be done one manhole section at a time and the results shall be used to determine acceptance of the new sewers The television camera used for the inspection shall be a color camera and shall be specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the ENGINEER, and if unsatisfactory, equipment shall be removed and no payment shall be made for any unsatisfactory inspection. SP-30 Special Provisions

277 3.7.2 The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer s condition. In no case shall the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, television cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If, during the inspection operation, the television camera shall not pass through the entire manhole section, the CONTRACTOR shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire manhole section, the inspection shall be considered incomplete and the sewer line segment shall be considered failed and unacceptable When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communication shall be set up between the two manholes of the section being inspected to insure good communications between members of the crew The importance of accurate distance measurements is emphasized. Measurement for location of defects shall be above ground by means of a meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, shall not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device and the accuracy shall be satisfactory to the ENGINEER Any sewer line segments in which the television camera fails to pass completely through from manhole to manhole or for which the television inspection reveals punctures, breaks, cracks, faulty joints, excessive deflections, or other unacceptable defects, as determined by the ENGINEER, shall be considered failed and unacceptable. All such failed sewer line segments shall be immediately replaced or repaired by the CON-TRACTOR at his/her own expense to the satisfaction of the OWNER and the ENGINEER One color digital video disk of the inspection shall be provided to the OWNER and one color digital video disk shall be provided to the ENGINEER for project records. 3.8 Rebuild/Replace Existing Manhole Invert Brick Masonry Inverts shall not be constructed until the connecting sewer pipes have been successfully deflection tested Only clean bricks shall be used in brickwork for grade adjustment and manhole inverts. The brick shall be moistened by suitable means, until they are in a surface dry, saturated condition Each brick shall be laid in full bed and joint of mortar without requiring subsequent grouting, flushing, or filling, and shall be thoroughly bonded Brick masonry shall be protected from too rapid drying. Use an approved cover and protect from the weather and frost All masonry joints which are exposed to view shall be examined to locate cracks, pointed up and filled with mortar. Where necessary, in the opinion of the Engineer, the joints shall be cut out and repointed with mortar All brick masonry inverts shall allow unimpeded flow. Steps or puddles will be basis for rejection. SP-31 Special Provisions

278 3.9 Asbuilts and Record Drawings Description Work Included The Contractor shall keep accurate record documents for all additions, substitutions of material, variations in work, and any other additions or revisions to the Contract work The Contractor shall provide as-built plans in pdf format The Contractor shall provide record documents in Drawing Exchange File (.dxf) format, AutoCAD drawing (.dwg) format, ESRI File Geodatabase Feature Classes, or ArcView Shapefile (.shp) format in accordance with this specification Recording General Field Recording Issues: Entities and their data layer properties shall be noted to the following: Property line entities shall be created on a parcel_line layer Parking lots shall be created on a p_lot layer Driveways shall be created on a Driveway layer Building outlines (polygons) shall be created on a Structure layer Utilities data (i.e. sewer structures and line work, stormwater structures & line work, water system structures & line work, power poles, junctions, lines, etc.) shall be created in organized layers of individual systems Miscellaneous lines, points, and text should be placed on unique layers different from ones referenced above All lines representing property lines, structures, and any other line work representing polygons shall consist of continuous line work snapped to endpoints and must make sure polygons close (i.e. property boundaries) All ties should be taken from existing, permanent features such as utility poles, corners of houses and hydrants. Porches, sheds or other house additions should be avoided for they could be torn down. A minimum of two ties should be taken Stations should be recorded to the nearest foot Inverts should be recorded to the nearest hundredth of a foot Elevations should be recorded to the nearest hundredth of a foot. SP-32 Special Provisions

279 Legibly mark Contract Drawings to record actual construction of all work, including but not limited to the following (where applicable): Manholes and other structures a. Renumber structure stationing to reflect changes. b. Show ties to center of structure covers or hatches. c. In general, show inverts at center of structures. However, for manholes with drop structures, or steep channels (greater than 0.2' change on slope), show inverts at face of manhole. d. Show inverts for other structures at the face of the structure. e. Draw any new structures that are added on plan and profile. f. Show any field or office redesigns. g. Redraw plan if the structure's location is moved more than 5 feet in any direction. h. Redraw profile if inverts changed by more than 6 inches Gravity Sewer Line a. Change sewer line slopes indicated on Drawings if inverts are changed. b. Draw any new gravity lines that are added on plan and profile. d. Show any field or office redesigns. d. Redraw the sewer line profile if manhole inverts are redrawn. e. Redraw the sewer line on plan corresponding to relocated manholes Specifications and Addenda - Legibly mark up each section to record: Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed Changes made by Change Order, Field Order, or other method Quality Assurance The as-built survey will be prepared on NH State Plane Coordinate NAD83 (horizontal) and NAVD88 (vertical). Data files must be compatible with the Town s GIS software All dimensions and elevations (horizontal and vertical) shall be accurate to within a onetenth of a foot Submittals At the completion of the project, deliver hard copy record documents to the Engineer One copy each to the Owner and Engineer of a paper copy of the as-built survey Digital survey data in the previously mentioned format, as described below Accompany submittals with transmittal letter, in duplicate, containing. a. Date, project title and number. b. Contractor's name and address. c. Title and number of each record document with certification that each document is completed and accurate. SP-33 Special Provisions

280 d. Signature of Contractor, or his authorized representative The contractor should correspond with the Town s GIS manager to address any questions on the details of submission Format for Deliverables As-built plans shall also be submitted as PDF files All digital files shall be submitted on a CD-ROM, DVD, or submitted using the town s Internet dropbox. GIS/IT Manager will provide the URL for the dropbox. Arrangements may be made to send digital data via FTP, , or on other media on a case-by-case basis by approval of the GIS Manager If submitted via disk the following information shall be labeled on the disk: Property Owner Name; Parcel Identification Number (PIN) Date of Submission Name of submitting consultant METHOD OF MEASUREMENT 4.1 Sanitary gravity sewer of the kind, type and size specified will be measured by the linear foot to the nearest 0.1 foot. Measurement will be taken along the centerline of the pipe with no deductions for any fittings, from inside face of manhole to inside face of adjacent manhole or from pipe end to pipe end if installed pipe run does not include manholes. All fittings other than wyes or tee/wyes for service connections shall be subsidiary to the pipe and will not be measured for separate payment. 4.2 Sewer pipe liner installation will be measured by the linear foot to the nearest foot and shall include all labor, equipment and materials required for the complete installation of the sewer pipe liner. No separate measurement will be made for testing or CCTV inspections. 4.3 Sewer service wyes and tee/wyes will be measured as each wye or tee/wye furnished and installed. 4.4 Core/recore and boot existing structures will be measured by the each. 4.5 No separate measurement will be made for pipe handling, storage, testing, thrust blocks or temporary piping and fittings. 4.6 Heavy pipe cleaning will be measured by the linear foot to the nearest foot. No separate measurement will be made for labor, equipment, materials or cost of material disposal. 4.7 Sewer pipe point repairs will be measured by the each and shall include excavation and restoration of a section or sections of pipe that are beyond rehabilitation using a sewer liner. SP-34 Special Provisions

281 4.8 Excavation at all depths, except for rock excavation or unsuitable material excavation below pipes and structures shall be subsidiary to the pipe or structure item being installed. 4.9 The ENGINEER must be involved in and approve the measurement of any pay item. BASIS OF PAYMENT 5.1 The accepted quantity of sanitary gravity sewer will be paid for at the contract price per linear foot complete in place as shown on the plans and specified herein, and shall include furnishing and installing pipe and fittings, marker tape above pipe, excavation to 6" below pipe and for all pipes, bedding, blanket, backfill, couplings, bends, thrust blocks, testing, compaction test, furnishing and placing temporary pavement trench patch, sheeting, shoring, dewatering, bypass pumping, maintaining sewage flow, restoration, connection to existing sewers, all testing, CCTV Inspection and all other work required for or incidental to the completion of this item except as noted below Common structure excavation required for the removal of unsuitable material below the typical trench section will be paid for as provided under Common structure excavation exploratory will be paid for as provided under Granular backfill (stone) to replace material excavated under will be paid for as provided under The accepted quantity of sewer service wyes and tee/wyes will be paid for at the contract unit price per each and shall include furnishing and installing the wyes, tee/wyes and all other work required or incidental to the completion of this item. 5.3 The accepted quantity of core/recore and boot existing structures will be paid for at the contract price per each complete in place and shall include coring or recoring as directed by the ENGINEER and all work required for or incidental to the completion of this item. 5.4 The accepted quantity of sewer pipe point repairs will be paid for at the contract unit price per each and shall include excavation, backfill and all other work required or incidental to the completion of this item. 5.5 The accepted quantity of rebuilding/replacing existing manhole inverts will be paid at the contract unit price per each and shall include all materials, excavation and all other work required or incidental to the completion of this item. 5.6 Any work not specifically having a pay item and necessary for a complete and operational sanitary sewer, as herein specified and called for on the plans, shall be considered incidental and subsidiary to the pay item work specified herein. The work considered as incidental and not separately paid for shall include but not be limited to the following: Pipe material handling and storage on site Common structure excavation to 6" below all pipes and to 12" below structures Excavation, bedding, blanket and backfill Temporary disconnection and reconnection of trench cross pipes and utilities. SP-35 Special Provisions

282 5.6.5 Sheeting, shoring, and dewatering of trenches (if applicable) Maintaining existing sewer service Bypass pumping and temporary sewer service Restoration of property, utilities, and water lines (if applicable) Record drawings Connections to existing sewers and couplings Thrust blocks, fittings & restrainers All pipe cleaning by flushing or use of vacuum truck prior to testing or final inspection All equipment and materials used for the installation and joining of HDPE pipe by either heat fusion or electrofusion shall be considered incidental to the bid item Included as part of the Bid Item No shall also include 1 Hymax Coupling per drawings. Pay items and units X 12 PVC Tee/Wye EA " X 10" PVC Tee/Wye EA " X 12" PVC Tee/Wye EA SDR 35 PVC Sewer Pipe LF " SDR 35 PVC Sewer Pipe LF SDR 35 PVC Sewer Pipe LF " SDR 35 PVC Sewer Pipe LF Heavy Pipe Cleaning LF Rebuild/Replace Existing Manhole Invert EA Core/Recore and Boot Existing Structures EA SP-36 Special Provisions

283 COUNTY TAX MAP AND LOT# SERVICE STREET ADDRESS SERVICE LOCATION CITY, STATE OWNER (IF KNOWN) OWNER ADDRESS (SAME?) OWNER CITY/STATE/ZIP DATE SERVICE INSTALLED SIZE/TYPE SERVICE PIPE DEPTH - END OF SERVICE PIPE SERVICE LENGTH TO MAIN CHIMNEY FOOTAGE AT MAIN WYE/TEE STATION AT MAIN CLEANOUT ON SERVICE (YES/NO) NOTES HOUSE SERVICE RECORD SERVICE DRAWING AND TIES CONTRACTOR CONTRACT AWARD DATE MUNICIPALITY CONTRACT NAME CONTRACT/SRF NUMBER HTA PROJECT MANAGER HTA FIELD ENGINEER NOT TO SCALE - 2 OR 3 TIES REQUIRED FOR EACH SERVICE END OF SECTION SP-37 Special Provisions

284 1.1 This work shall consist of the following: SPECIAL PROVISION SECTION ELECTRICAL DISTRIBUTION DESCRIPTION Building wires and cables rated 600 V and less Connectors, splices, and terminations rated 600 V and less Conduit, ducts, and duct accessories for direct-buried duct banks, and in single duct runs Handholes and boxes Lighting and appliance branch-circuit panelboards Sleeves for building penetrations Boxes, enclosures, and cabinets Fiber Optic Cabling 2.1 Conductors MATERIALS Conductor Material Applications Copper Conductors: Comply with NEMA WC 70/ICEA S Conductor Insulation: Comply with NEMA WC 70/ICEA S for Type THHN/THWN CONDUCTOR MATERIAL APPLICATIONS Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger Connectors and Splices Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 2.2 Conduit & Handholes Conduit RNC: NEMA TC 2, Type EPC-40-PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B RGS: Comply with ANSI C80.1 and UL Duct Accessories: SP-38 Special Provisions

285 Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling Warning Tape: Underground-line warning tape Duct Accessories: Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling Warning Tape: Underground-line warning tape Handholes and Boxes Description: Comply with SCTE Color: Gray Configuration: Units shall be designed for flush burial and have closed bottom, unless otherwise indicated Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure Cover Finish: Nonskid finish shall have a minimum coefficient of friction of Cover Legend: Molded lettering,"electric." Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheetmolded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Armorcast Products Company Carson Industries LLC Christy Concrete Products Synertech Moulded Products, Inc.; a division of Oldcastle Precast Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of polymer concrete. SP-39 Special Provisions

286 Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Carson Industries LLC Christy Concrete Products Nordic Fiberglass, Inc High-Density Plastic Boxes: Injection molded of high-density polyethylene or copolymerpolypropylene. Cover shall be polymer concrete Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Carson Industries LLC Nordic Fiberglass, Inc PenCell Plastics. 2.3 Panelboards Panelboards Requirements Fabricate and test panelboards according to IEEE 344 to withstand seismic forces Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application Comply with NEMA PB Comply with NFPA Enclosures: Suface mounted, dead-front cabinets Rated for environmental conditions at installed location Indoor Dry and Clean Locations: NEMA 250, Type Height: 84 inches (2.13 m) maximum Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. Trims shall cover all live parts and shall have no exposed hardware Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. Trims shall cover all live parts and shall have no exposed hardware Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. SP-40 Special Provisions

287 Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections Finishes: Panels and Trim: steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat Back Boxes: Galvanized Steel Incoming Mains: Location: Top or Bottom Mains: Main Circuit Breaker. Phase, Neutral, and Ground Buses: Material: Hard-drawn copper, 98 percent conductivity Plating shall run entire length of bus Bus shall be fully rated the entire length Interiors shall be factory assembled into a unit. Replacing switching and protective devices shall not disturb adjacent units or require removing the main bus connectors Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box Isolated Ground Bus: Adequate for branch-circuit isolated ground conductors; insulated from box Full-Sized Neutral: Equipped with full-capacity bonding strap for service entrance applications. Mount electrically isolated from enclosure. Do not mount neutral bus in gutter Conductor Connectors: Suitable for use with conductor material and sizes Material: Hard-drawn copper, 98 percent conductivity Terminations shall allow use of 75 deg C rated conductors without derating Size: Lugs suitable for indicated conductor sizes, with additional gutter space, if required, for larger conductors Main and Neutral Lugs: Compression type, with a lug on the neutral bar for each pole in the panelboard Ground Lugs and Bus-Configured Terminators: Compression type, with a lug on the bar for each pole in the panelboard Future Devices: Panelboards or load centers shall have mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices Percentage of Future Space Capacity: 20 percent. SP-41 Special Provisions

288 Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical shortcircuit current available at terminals. Assembly listed by an NRTL for 100 percent interrupting capacity Panelboards and overcurrent protective devices rated 240 V or less shall have short-circuit ratings as shown on Drawings, but not less than 10,000 A rms symmetrical Performance Requirements Seismic Performance: Panelboards shall withstand the effects of earthquake motions determined according to ASCE/SEI The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified." Power Panelboards Basis of Design Product: As Indicated on Drawings Panelboards: NEMA PB 1, distribution type Doors: Secured with vault-type latch with tumbler lock; keyed alike For doors more than 36 inches (914 mm) high, provide two latches, keyed alike Mains: Circuit Breaker Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes 125 A and Smaller: Bolt on Circuit Breakers Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike Identification Panelboard Label: Manufacturer's name and trademark, voltage, amperage, number of phases, and number of poles shall be located on the interior of the panelboard door Breaker Labels: Faceplate shall list current rating, UL and IEC certification standards, and AIC rating Circuit Directory: Computer-generated circuit directory mounted inside panelboard door with transparent plastic protective cover Circuit directory shall identify specific purpose with detail sufficient to distinguish it from all other circuits Accessory Components And Features Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. 2.4 Sleeves SP-42 Special Provisions

289 2.4.1 Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Advance Products & Systems, Inc Calpico, Inc Metraflex Co Pipeline Seal and Insulator, Inc Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable Pressure Plates: Stainless Steel. Include two for each sealing element Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element Grout Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time. 2.5 Boxes, Enclosures, and Cabinets General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations Small Sheet Metal Pull and Junction Boxes: NEMA OS Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 3R outdoors, Type 1 indoors, with continuous-hinge cover with flush latch unless otherwise indicated Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel Cabinets: NEMA 250, Type 3R outdoors, Type 1 indoors, galvanized-steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel Hinged door in front cover with flush latch and concealed hinge Key latch Metal barriers to separate wiring of different systems and voltage Size: As indicated on drawings. SP-43 Special Provisions

290 2.6 Fiber Optic Cabling Description Multimode, 62.5/125 -micrometer, 24 -fiber, tight buffer, optical fiber cable Comply with ICEA S for mechanical properties Comply with TIA/EIA-568-B.3 for performance specifications Maximum Attenuation: 3.50 db/km at 850 nm; 1.5 db/km at 1300 nm Minimum Modal Bandwidth: 160 MHz-km at 850 nm; 500 MHz-km at 1300 nm Hardware Comply with Optical Fiber Connector Intermateability Standards (FOCIS) specifications of TIA B, TIA B, and TIA/EIA Comply with TIA/EIA-568-B General CONSTRUCTION REQUIREMENTS Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: Notify Owner no fewer than five days in advance of proposed interruption of electrical service Do not proceed with interruption of electrical service without Owner s written permission Comply with NFPA 70E. 3.2 Conductors Conductor Insulation And Multiconductor Cable Applications And Wiring Methods Feeders Concealed Underground: Type THHN/THWN-2, single conductors in raceway Exposed Branch Circuits, Including in Crawlspaces: Type THHN/THWN-2, single conductors in raceway Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway Installation Of Conductors And Cables Complete raceway installation between conductor and cable termination points according to pulling conductors and cables. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway. Install exposed cables parallel and perpendicular to surfaces of SP-44 Special Provisions

291 exposed structural members, and follow surface contours where possible. Install sleeves and sleeve seals at penetrations of exterior wall assemblies. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly Connections Tighten electrical connectors and terminals according to manufacturer's published torquetightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. Make splices, terminations, and taps that are compatible with conductor materials Identification Identify and color-code conductors and cables. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor Field Quality Control Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections Perform the following tests and inspections: After installing conductors and cables and before electrical circuitry has been energized, test feeder conductors for compliance with requirements Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters Test and Inspection Reports: Prepare a written report to record the following: Procedures used Results that comply with requirements Results that do not comply with requirements and corrective action taken to achieve compliance with requirements Cables will be considered defective if they do not pass tests and inspections. 3.3 Conduit & Handholes Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect Underground Duct Application SP-45 Special Provisions

292 Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in directburied duct bank, unless otherwise indicated Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC-40 PVC, in direct-buried duct bank, unless otherwise indicated Underground Ducts for Telephone, Communications, or Data Circuits: RNC, NEMA Type EPC-40PVC, in direct-buried duct bank, unless otherwise indicated Above Ground Circuits, including stub-ups: RGS UNDERGROUND ENCLOSURE APPLICATION Handholes and Boxes for 600 V and Less, Including Telephone, Communications, and Data Wiring: Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-10 structural load rating Duct Installation Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends with a minimum radius of 48 inches (1220 mm), both horizontally and vertically, at other locations, unless otherwise indicated Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least 10 feet (3 m) outside the building wall without reducing duct line slope away from the building, and without forming a trap in the line. Use fittings manufactured for duct-to-conduit transition. Install conduit penetrations of building walls as indicated Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03- MPa) hydrostatic pressure Pulling Cord: Install 100-lbf- (445-N-) test nylon cord in ducts, including spares Direct-Buried Duct Banks: Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion and contraction as temperature changes. Stagger spacers approximately 6 inches (150 mm) between tiers. SP-46 Special Provisions

293 Excavate trench bottom to provide firm and uniform support for duct bank Install backfill as specified After installing first tier of ducts, backfill and compact. Start at tie-in point and work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand-place backfill to 4 inches (100 mm) over ducts and hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only. After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction as specified Install manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub-up ducts throughout the length of the elbow Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor Installation Of Handholes And Boxes Other Than Precast Concrete Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.7-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure Field-cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed For enclosures installed in asphalt paving and subject to occasional, nondeliberate, heavyvehicle loading, form and pour a concrete ring encircling, and in contact with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth Grounding Ground underground ducts and utility structures in accordance with NEC Article Field Quality Control Perform the following tests and inspections and prepare test reports: SP-47 Special Provisions

294 Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-ofround duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest Correct deficiencies and retest as specified above to demonstrate compliance Cleaning Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. 3.4 Panelboards Delivery, Storage, And Handling Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard) to prevent condensation Field Conditions Environmental Limitations: Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period Service Conditions: NEMA PB 1, usual service conditions, as follows: Ambient temperatures within limits specified Altitude not exceeding 6600 feet (2000 m) Examination Verify actual conditions with field measurements prior to ordering panelboards to verify that equipment fits in allocated space in, and comply with, minimum required clearances specified in NFPA Receive, inspect, handle, and store panelboards according to NECA Examine panelboards before installation. Reject panelboards that are damaged, rusted, or have been subjected to water saturation Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work Proceed with installation only after unsatisfactory conditions have been corrected Installation SP-48 Special Provisions

295 Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels Comply with NECA Install panelboards and accessories according to NECA Equipment Mounting: Attach panelboard to the vertical finished or structural surface behind the panelboard Mount top of trim 90 inches (2286 mm) above finished floor unless otherwise indicated Mount panelboard cabinet plumb and rigid without distortion of box Mount surface-mounted panelboards to steel slotted supports 1 1/4 inch (32 mm) in depth. Orient steel slotted supports vertically Install overcurrent protective devices and controllers not already factory installed Set field-adjustable, circuit-breaker trip ranges Tighten bolted connections and circuit breaker connections using calibrated torque wrench or torque screwdriver per manufacturer's written instructions Make grounding connections and bond neutral for services and separately derived systems to ground. Make connections to grounding electrodes, separate grounds for isolated ground bars, and connections to separate ground bars Install filler plates in unused spaces Arrange conductors in gutters into groups and bundle and wrap with wire ties Identification Identify field-installed conductors, interconnecting wiring, and components; install warning signs complying with NEC Create a directory to indicate installed circuit loads; incorporate Owner's final room designations. Obtain approval before installing. Handwritten directories are not acceptable. Install directory inside panelboard door Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification. Panel shall indicate voltage and source Install warning signs complying with NFPA 70E Field Quality Control Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. SP-49 Special Provisions

296 Perform tests and inspections Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing Acceptance Testing Preparation: Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit Test continuity of each circuit Tests and Inspections: Perform each visual and mechanical inspection and electrical test for low-voltage air circuit breakers stated in NETA ATS, Paragraph 7.6 Circuit Breakers. Do not perform optional tests. Certify compliance with test parameters Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest Panelboards will be considered defective if they do not pass tests and inspections Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results, with comparisons of the two scans. Include notation of deficiencies detected, remedial action taken, and observations after remedial action Adjusting Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. 3.5 Sleeves Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate wall assemblies Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall Cut sleeves to length for mounting flush with both surfaces of walls Size pipe sleeves to provide 1/4-inch (6.4-mm) annular clear space between sleeve and raceway or cable, unless indicated otherwise Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing. SP-50 Special Provisions

297 3.5.7 Interior Penetrations of Non-Fire-Rated Walls: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals Sleeve-Seal Installation Install to seal exterior wall penetrations Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal Firestopping Apply firestopping to penetrations of fire-rated floor and wall assemblies for electrical installations to restore original fire-resistance rating of assembly. 3.6 Boxes, Enclosures, and Cabinets Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm) trade size and insulated throat metal bushings on 1-1/2-inch (41-mm) trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use Expansion-Joint Fittings: Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds 25 feet (7.6 m). Install in each run of aboveground RMCconduit that is located where environmental temperature change may exceed 100 deg F (55 deg C) and that has straight-run length that exceeds 100 feet (30 m) Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: SP-51 Special Provisions

298 Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change Install fitting(s) that provide expansion and contraction for at least inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement Set metal floor boxes level and flush with finished floor surface Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed Protect coatings, finishes, and cabinets from damage and deterioration Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. 3.7 Fiber Optic Cabling Wiring Methods Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii Install lacing bars and distribution spools Install conductors parallel with or at right angles to sides and back of enclosure Installation of Cables Comply with NECA General Requirements for Cabling: Comply with TIA/EIA-568-B Comply with BICSI ITSIM, Ch. 6, "Cable Termination Practices." Terminate conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, cross-connects, and patch panels. SP-52 Special Provisions

299 Install lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIM, "Cabling Termination Practices" Chapter. Install lacing bars and distribution spools Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable Cold-Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating Pulling Cable: Comply with BICSI ITSIM, Ch. 4, "Pulling Cable." Monitor cable pull tensions Cable may be terminated on connecting hardware that is rack or cabinet mounted Label Terminations indicating source Field Quality Control Optical Fiber Cable Tests: Test instruments shall meet or exceed applicable requirements in TIA/EIA-568-B.1. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration Link End-to-End Attenuation Tests: Horizontal and multimode backbone link measurements: Test at 850 or 1300 nm in 1 direction according to TIA A, Method B, One Reference Jumper Attenuation test results for backbone links shall be less than 2.0 db. Attenuation test results shall be less than that calculated according to equation in TIA/EIA-568-B Final Verification Tests: Perform verification tests for UTP[ and optical fiber] systems after the complete communications cabling and workstation outlet/connectors are installed Voice Tests: These tests assume that dial tone service has been installed. Connect to the network interface device at the demarcation point. Go off-hook and listen and receive a dial tone. If a test number is available, make and receive a local, long distance, and digital subscription line telephone call Data Tests: These tests assume the Information Technology Staff has a network installed and is available to assist with testing. Connect to the network interface device at the demarcation point. Log onto the network to ensure proper connection to the network End-to-end cabling will be considered defective if it does not pass tests and inspections. SP-53 Special Provisions

300 METHOD OF MEASUREMENT 4.1 Copper conductors will be quantified by linear feet and shall include all applicable connections, terminations, accessories, labor, etc. for a complete installation. 4.2 Conduit will be quantified by linear feet and shall include all applicable accessories, labor, etc. for a complete installation. 4.3 Connections, enclosures, and sleeves will be quantified by each unit and shall include all applicable supports, brackets, terminations, labor, etc. for a complete installation. 4.4 Handholes and boxes will be quantified by each unit and shall include all applicable accessories, connections, labor, etc. for a complete installation. 4.5 Fiber optic cabling will be quantified by linear feet and shall include all applicable connections, terminations, accessories, labor, etc. for a complete installation. BASIS OF PAYMENT 5.1 The accepted quantities of copper conductors will be paid for at the Contract price, per each unit, and will include all required labor, equipment, and materials. 5.2 The accepted quantities of connections, enclosures, and sleeves will be paid for at the Contract price, per each unit, and will include all required labor, equipment, and materials. 5.3 The accepted quantities of conduit will be paid for at the Contract price, per each unit, and will include all required labor, equipment, and materials. 5.4 The accepted quantities of handholes and boxes will be paid for at the Contract price, per each unit, and will include all required labor, equipment, and materials. 5.5 The accepted quantities of fiber optic cabling will be paid for at the Contract price, per each unit, and will include all required labor, equipment, and materials. Pay items and units: Electrical Distribution Item B Item 1 Copper Conductors Linear Foot C Type 0 THHN Insulation 4 #4 THHN Copper Conductors 6 #6 THHN Copper Conductors 8 #8 THHN Copper Conductors 10 #10 THHN Copper Conductors 2 Connections & Enclosures Unit 1 WI-FI Cabinet, Pole and Antenna 2 Electrical Connections and Panels Ammon 3 Electrical Connections and Panels Freudenberg 4 Lot D Electrical Panel and Meter Relocation and Reconnection 5 Remove and Salvage Windcone 3 Fiber Optic Cabling Linear Foot SP-54 Special Provisions

301 Pay Items and Units: #4 THHN Copper Conductors Linear Foot #6 THHN Copper Conductors Linear Foot #8 THHN Copper Conductors Linear Foot #10 THHN Copper Conductors Linear Foot WI-FI Cabinet, Pole, and Antenna Unit Electrical Connection & Hardware Ammon Center Unit Electrical Connection & Hardware Freudenberg Unit Lot D Electrical Panel & Meter Relocation and Reconnection Unit Remove and Salvage Windcone Unit Fiber Optic Cabling Linear Foot END OF SECTION SP-55 Special Provisions

302 SPECIAL PROVISION SECTION ELECTRICAL Item Type L-807(L), Style IB, Size 1 Wind Cone and Foundation DESCRIPTION 1.1 This item shall consist of furnishing and installing an airport wind cone per these specifications and per the dimensions, design, and details shown in the plans. The work shall include the furnishing and installation of a support for mounting the wind cone, the specified interconnecting wire, and a concrete foundation. The item shall also include all cable connections, conduit and conduit fittings, the furnishing and installation of all lamps, ground rod and ground connection, the testing of the installation, and all incidentals necessary to place the wind cone in operation (as a completed unit) to the satisfaction of the Engineer. 2.1 General. EQUIPMENT AND MATERIALS a. Airport lighting equipment and materials covered by advisory circulars (ACs) shall be certified and listed in AC 150/ , Airport Lighting Equipment Certification Program. 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). 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. 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. f. 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. 2.2 Wind cones. The supplemental wind cone assembly shall be internally lit Type L-807(L), Style IB, Size 1 meeting the requirements of AC 150/ , Specification for Wind Cone Assemblies. SP-56 Special Provisions

303 The illuminated wind cone must present a constant brightness to the pilot. The source of power for the wind cone circuit is identified as a 120V, 15A circuit on the drawings, fed from an existing wind cone feed. 2.3 Electrical wire and cable. For ratings up to 600 volts, moisture and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type THWN-2 shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. 2.4 Conduit. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standards 6, 514B, and Plastic conduit (for use below grade only). Plastic conduit and fittings shall be per the following: UL 514B covers W-C Conduit fittings all types, Classes 1 thru 3 and 6 thru 10 UL 514C covers W-C all types, Class 5 junction box and cover in plastic (polyvinyl chloride (PVC)) UL 651 covers W-C Rigid PVC Conduit, types I and II, Class 4 UL 651A covers W-C Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and Class 4 Underwriters Laboratories Standard UL-651 shall be one of the following, as shown in 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. Plastic conduit adhesive shall be a solvent cement manufactured specifically for the purpose of gluing the type of plastic conduit and fitting. 2.6 Concrete. The concrete for foundations shall be proportioned, placed, and cured per New Hampshire Department of Transportation Specification Paint. a. Priming paint for non-galvanized metal surfaces shall be a high solids alkyd primer per Society for Protective Coatings (SSPC) Specification - Paint 25, Primer, Raw Linseed Oil and Alkyd Primer (Without Lead and Chromate Pigments). b. Priming paint for galvanized metal surfaces shall be zinc dust-zinc oxide primer paint conforming to MIL-DTL-24441C/19B. Use MIL thinner per paint manufacturer s recommendations. c. Orange paint for the body and the finish coats on metal and wood surfaces shall consist of a ready-mixed non-fading paint per Master Painter s Institute (MPI) Reference #9 (gloss). The color shall be per Federal Standards 595, International Orange, Number d. White paint for body and finish coats on metal and wood surfaces shall be ready-mixed paint conforming to the MPI, Reference #9, Exterior Alkyd, Gloss. e. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified aviation-orange or white paint by adding 1/2 pint (0.24 liter) of raw linseed oil to each gallon (liter). SP-57 Special Provisions

304 CONSTRUCTION REQUIREMENTS 3.1 Installation. The hinged support or hinged pole shall be installed on a concrete foundation per the plans. 3.2 Support pole erection. The Contractor shall erect the pole on the foundation following the manufacturer s requirements and erection details. The pole shall be level and secure. 3.3 Electrical connection. The Contractor shall furnish all labor and materials and shall make complete electrical connections per the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electric Code (NEC). If underground cable from the transformer vault to the wind cone site and duct for this cable installation is required, the cable and duct shall be installed in accordance with and paid for as described in New Hampshire Department of Transportation Specification Booster transformer. If shown in plans or specified in the job specifications, a booster transformer to compensate for voltage drop to the lamps shall be installed in a suitable weatherproof housing. The booster transformer shall be installed as indicated in the plans and described in the proposal. If the booster transformer is required for installation remotely from the wind cone, it shall be installed in accordance with and paid for as part of the wind cone installation. 3.5 Ground connection and ground rod. The Contractor shall furnish and install a ground rod, grounding cable, and ground clamps for grounding the A frame of the 12-foot (3.7-m) assembly or pipe support of the 8-foot (2.4-m) support near the base. The ground rod shall be of the type, diameter and length specified in Item L-108, Underground Power Cable for Airports. The ground rod shall be driven into the ground adjacent to the concrete foundation (minimum distance from foundation of 2 feet (60 cm)) so that the top is at least 6 inches (150 mm) below grade. The grounding cable shall consist of No. 6 American wire gauge (AWG) minimum stranded copper wire or larger and shall be firmly attached to the ground rod by exothermic welding. 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. The other end of the grounding cable shall be securely attached to a leg of the frame or to the base of the pipe support with non-corrosive metal and shall be of substantial construction. The resistance to ground shall not exceed 25 ohms. If a single rod grounding electrode has a resistance to earth of over 25 ohms, then install one supplemental rod not less than 10 feet from the first rod. 3.6 Painting. Three coats of paint shall be applied (one prime, one body, and one finish) to all exposed material installed under this item except the fabric cone, obstruction light globe, and lamp reflectors. The wind cone assembly, if already painted upon receipt, shall be given one finish coat of paint in lieu of the three coats specified above. The paint shall be per MPI Reference #9 (gloss). The color shall be per Federal Standard 595, International Orange, Number Light sources. The Contractor shall furnish and install lamps per the manufacturer s instruction book. 3.8 Chain and padlock. The Contractor shall furnish and install a suitable operating chain for lowering and raising the hinged top section. The chain shall be attached to the pole support in a manner to prevent the light fixture assembly from striking the ground in the lowered position. A padlock shall also be furnished by the Contractor on the 8-foot (2.4-m) wind cone for securing the hinged top section to the fixed lower section. Keys for the padlock shall be delivered to the Engineer. 3.9 Segmented circle. NOT USED SP-58 Special Provisions

305 METHOD OF MEASUREMENT 4.1 The quantity to be paid shall be the number of wind cones installed as completed units in place, accepted, and ready for operation. BASIS OF PAYMENT 5.1 Payment will be made at the contract unit price for each completed and accepted job. This price shall be full compensation for furnishing all materials (windcone, windsock, obstruction light, base can, concrete foundation, etc.) 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: Type L-807(L), Style IB, Size 1 Wind Cone and Foundation Each MATERIAL REQUIREMENTS AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ Segmented Circle Airport Marker System Design and Installation Details for airport Visual Aids Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for Wind Cone Assemblies Airport Lighting Equipment Certification Program Commercial Item Description A-A Cable and Wire, Electrical (Power, Fixed Installation) FED STD 595 Colors Used in Government Procurement MIL-DTL-24441C/19B Paint, Epoxy-Polyamide, Zinc Primer, Formula 159, Type III 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 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 Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit - Steel NFPA-70 National Electric Code (NEC) SP-59 Special Provisions

306 ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION This item shall consist of furnishing and installing obstruction lights per these specifications. Included in this item shall be the furnishing and installing of wood poles, steel or iron pipes, or other supports as required in the plans or specifications and in accordance with the requirements in advisory circular (AC) 70/7460-1, Obstruction Marking and Lighting This item shall also include all wire and cable connections, the furnishing and installing of all necessary conduits and fittings, insulators, pole steps, pole cross arms, and the painting of poles and pipes. In addition, it includes the furnishing and installing of all lamps and, if required, the furnishing and installing of insulating transformers, the servicing and testing of the installation and all incidentals necessary to place the lights in operation as completed units to the satisfaction of the Engineer General. EQUIPMENT AND MATERIALS a. Airport lighting equipment and materials covered by specifications shall be certified and listed under AC 150/ , Airport Lighting Equipment Certification Program. 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). Contractor is solely responsible for delays in the project that 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. 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. f. 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 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. SP-60 Special Provisions

307 Obstruction lights. The obstruction lighting assembly shall be Type L-810(L) meeting the requirements of AC 150/ , Specification for Obstruction Lighting Equipment." Isolation transformers. Where required for series circuits, the isolation transformers shall conform to the requirements of AC 150/ , Specification for Series to Series Isolation Transformers for Airport Lighting Systems Transformer housing. Transformer housings, if specified, shall be per AC 150/ , Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories Conduit. Steel conduit and fittings shall be per Underwriters Laboratories Standards 6, 514B, and Plastic conduit (for use below grade only). Plastic conduit and fittings shall be per: UL 514B covers W-C Conduit fittings all types, classes 1 through 3 and 6 through 10 UL 514C covers W-C all types, class 5 junction box and cover in plastic (PVC) UL 651 covers W-C Rigid PVC Conduit, types I and II, class 4 UL 651A covers W-C Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and class 4 and must 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 Electrical wire and cable. For ratings up to 600 volts, moisture and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A, Type THWN-2, shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. Overhead line wire from pole to pole, where specified, shall be per American National Standards Institute/Insulated Cable Engineers Association (ANSI/ICEA) S Miscellaneous. Paint, poles, pole steps, insulators, and all other miscellaneous materials necessary for the completion of this item shall be new and first-grade commercial products. These products shall be as specified in the plans or specifications. CONSTRUCTION METHODS Placing the obstruction lights. The Contractor shall furnish and install single-or doubleobstruction lights as specified in the proposal and shown in the plans. The obstruction lights shall be mounted on poles, buildings, or towers at approximately the location shown in the plans. The exact location shall be as directed by the Engineer AC 70/7460-1, Obstruction Marking and Lighting Installation on poles. Where obstruction lights are to be mounted on poles, each obstruction light shall be installed with its hub at least as high as the top of the pole. All wiring shall be run in not less than one inch (25 mm) galvanized rigid steel conduit. If specified, pole steps shall be furnished and installed, the lowest step being 5 feet (1.5 m) above ground level. Steps shall be installed alternately on diametrically opposite sides of the pole to give a rise of 18 inches SP-61 Special Provisions

308 (0.5 m) for each step. Conduit shall be fastened to the pole with galvanized steel pipe straps and shall be secured by galvanized lag screws. Poles shall be painted as shown in the plans and specifications. When obstruction lights are installed on existing telephone or power poles, a large fiber insulating sleeve of adequate diameter and not less than 4 feet (1.2 m) long, shall be installed to extend 6 inches (150 mm) above the conductors on the upper cross arm. In addition, the sleeve shall be at least 18 inches (0.5 m) below the conductors on the lower cross arm. The details of this installation shall be per the plans Installation on beacon tower. Where obstruction lights are installed on a beacon tower, two obstruction lights shall be mounted on top of the beacon tower using one inch (25 mm) conduit. The conduit shall screw directly into the obstruction light fixtures and shall support them at a height of not less than 4 inches (100 mm) above the top of the rotating beacon. If obstruction lights are specified at lower levels, the Contractor shall install not less than one inch (25 mm) galvanized rigid steel conduit with standard conduit fittings for mounting the fixtures. The fixtures shall be mounted in an upright position in all cases. The conduit shall be fastened to the tower members with Wraplock straps (or equivalent), clamps, or approved fasteners spaced approximately 5 feet (1.5 m) apart. Three coats of international orange paint per Federal Specification 595, Number shall be applied (one prime, one body, and one finish coat) to all exposed material installed Installation on buildings, towers, smokestacks, etc. Where obstruction lights are to be installed on buildings or similar structures, the installation shall be made per the details shown in the plans. The hub of the obstruction light shall be not less than one foot (30 cm) above the highest point of the obstruction except in the case of smokestacks where the uppermost units shall be mounted not less than 5 feet (1.5 m), nor more than 10 feet (3 m) below the top of the stack. Conduit supporting the obstruction light units shall be fastened to wooden structures with galvanized steel pipe straps and shall be secured by 1-1/2 inch (38 mm) No. 10 galvanized wood screws. Conduit shall be fastened to masonry structures by the use of expansion shields, screw anchors, or toggle bolts using No. 10, or larger, galvanized wood or machine screws. Conduit fastened to structural steel shall have the straps held with not less than No. 10 roundhead machine screws in drilled and tapped holes. Fastenings shall be approximately 5 feet (1.5 m) apart. Three coats of paint shall be applied (one prime, one body, and one finish coat) with color per Federal Specification 595, international orange, number paint to all exposed material installed Series isolation transformers. If it is designed for use in a series lighting circuit, the L- 810 series obstruction light does not include a film cutout. Therefore, an isolation transformer is required with each series lamp. Double series units of this type require two isolation transformers. The transformer shall be housed in a light base per paragraph or buried directly in the earth per the details shown in the plans Wiring. The Contractor shall furnish all necessary labor and materials. The Contractor shall make complete electrical connections from the underground cable or other source of power per the wiring diagram furnished with the project plans. If underground cable is required for the power feed and if duct is required under paved areas, the cable and duct shall be installed per and paid for as described in Item L-108, Underground Power Cable for Airports, and Item L-110, Airport Underground Electrical Duct Banks and Conduit Lamps. The Contractor shall furnish and install in each unit one or two lamps that are per the manufacturer s requirements. Provide two lamp sets as spares. SP-62 Special Provisions

309 Tests. The installation shall be fully tested by continuous operation for not less than 1/2 hour as a completed unit prior to acceptance. These tests shall include the functioning of each control not less than 10 times. METHOD OF MEASUREMENT The quantity of lights to be paid for under this item will not be measured separately but will be considered subsidiary to Item for the number of single- or double-type obstruction lights installed and accepted as completed units, in place, ready for operation. BASIS OF PAYMENT No payment will be made for install obstruction lights but will be considered subsidiary to Item for each completed obstruction light installed, in place by the Contractor, and accepted by the Engineer. This 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. AC 70/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ MATERIAL REQUIREMENTS Obstruction Marking and Lighting Design and Installation Details for Airport Visual Aids Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for Airport Light Bases, Transformer Housing, Junction Boxes, and Accessories Specification for Obstruction Lighting Equipment Specification for Series to Series Isolation Transformers for Airport Lighting Systems Airport Lighting Equipment Certification Program ANSI/ICEA S Standards for Weather-Resistant Polyolefin Covered Connectors Commercial Item Description A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation) FED STD 595 NFPA-70 Colors used in Government Procurement 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 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 SP-63 Special Provisions

310 Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit - Steel END OF SECTION SP-64 Special Provisions

311 1.1 This work shall consist of the following: SPECIAL PROVISION SECTION EXTERIOR LIGHTING DESCRIPTION Poles and accessories for support of luminaires Exterior solid-state luminaires that are designed for and exclusively use LED lamp technology Outdoor Photoelectric Switches Construction of new light pole bases, removal & salvage of light poles, removal of existing concrete bases, and resetting salvaged light poles and fixtures. 2.1 Lighting Poles & Accessories Performance Requirements MATERIALS Seismic Performance: Foundation and pole shall withstand the effects of earthquake motions determined according to ASCE/SEI The term "withstand" means "the system will remain in place without separation of any parts when subjected to the seismic forces specified." Structural Characteristics: Comply with AASHTO LTS-6-M Dead Load: Weight of luminaire and its horizontal and vertical supports, lowering devices, and supporting structure, applied according to AASHTO LTS-6-M Live Load: Single load of 500 lbf (2200 N) distributed according to AASHTO LTS-6-M Ice Load: Load of 3 lbf/sq. ft. (145 Pa), applied according to AASHTO LTS-6-M for applicable areas on the Ice Load Map Wind Load: Pressure of wind on pole and luminaire, calculated and applied according to AASHTO LTS-6-M Strength Analysis: For each pole, multiply the actual EPA of luminaires and brackets by a factor of 1.1 to obtain the EPA to be used in pole selection strength analysis Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting requirements. Use stainless-steel fasteners and mounting bolts unless otherwise indicated Aluminum Poles Basis of Design Product: As indicated on drawings. New poles shall match existing profile and shape as closely as possible. Contractor shall field verify existing poles prior to submittal process. SP-65 Special Provisions

312 Poles: Seamless, extruded structural tube complying with ASTM B 221, Alloy 6063-T6, with access handhole in pole wall Shape: Round, tapered Mounting Provisions: Butt flange for bolted mounting on foundation or breakaway support Mast Arms: Aluminum, continuously welded to pole attachment plate. Material and finish same as plate Brackets for Luminaires: Detachable, cantilever, without underbrace Adaptor fitting welded to pole, allowing the bracket to be bolted to the pole-mounted adapter, then bolted together with stainless-steel bolts Cross Section: Tapered oval, with straight tubular end section to accommodate luminaire. Match pole material and finish Pole-Top Tenons: Fabricated to support luminaire or luminaires and brackets, and securely fastened to pole top Grounding and Bonding Lugs: Bolted 1/2-inch (13-mm) threaded lug, complying with requirements in NEC Article 250 listed for attaching grounding and bonding conductors of type and size listed in that Section, and accessible through handhole Fasteners: Stainless steel, size and type as determined by manufacturer. Corrosion-resistant items compatible with support components Materials: Compatible with poles and standards as well as to substrates to which poles and standards are fastened and shall not cause galvanic action at contact points Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot-dip galvanized after fabrication unless otherwise indicated Handhole: Oval shaped, with minimum clear opening of 2-1/2 by 5 inches (65 by 130 mm), with cover secured by stainless-steel captive screws Prime-Coat Finish: Manufacturer's standard prime-coat finish ready for field painting Aluminum Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" recommendations for applying and designating finishes Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes Natural Satin Finish: Provide fine, directional, medium satin polish (AA-M32); buff complying with AA-M20 requirements; and seal aluminum surfaces with clear, hard-coat wax Factory-Painted Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" recommendations for applying and designating finishes Surface Preparation: Clean surfaces to comply with SSPC-SP 1 to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a SP-66 Special Provisions

313 smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, according to SSPC-SP 5/NACE No. 1 or SSPC-SP Interior Surfaces of Pole: One coat of bituminous paint, or otherwise treat for equal corrosion protection Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high-gloss, high-build polyurethane enamel Color: As indicated and drawings and as selected by owner in standard manufacturers color selections Pole Accessories Base Covers: Manufacturers' standard metal units, finished same as pole, and arranged to cover pole's mounting bolts and nuts Mounting Hardware Anchor Bolts: Manufactured to ASTM F 1554, Grade 55, with a minimum yield strength of 55,000 psi (380,000 kpa) Galvanizing: Hot dip galvanized according to ASTM A 153, Class C Nuts: ASTM A 563, Grade A, Heavy-Hex Galvanizing: Hot dip galvanized according to ASTM A 153, Class C Washers: ASTM F 436, Type Galvanizing: Hot dip galvanized according to ASTM A 153, Class C General Finish Requirements Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping Appearance of Finished Work: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.2 Light Fixtures Quality Assurance Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR , accredited under the NVLAP for Energy Efficient Lighting Products and complying with applicable IES testing standards Provide luminaires from a single manufacturer for each luminaire type Installer Qualifications: An authorized representative who is trained and approved by manufacturer. SP-67 Special Provisions

314 2.2.2 Performance Requirements Seismic Performance: Luminaires and lamps shall be labeled vibration and shock resistant Luminaire Requirements Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application UL Compliance: Comply with UL 1598 and listed for wet location CRI of minimum 80. CCT of 5000k L70 lamp life of 50,000 hours Internal driver Lamp Rating: Lamp marked for outdoor use Source Limitations: Obtain luminaires from single source from a single manufacturer Luminaire Types Area and Site: Basis of Design Product: As indicated on drawings Luminaire Shape: As indicated on drawings Mounting: Pole with associated mounting supports Luminaire-Mounting Height: As indicated on drawings Distribution: As indicated on drawings Housings: As indicated on drawings MATERIALS Metal Parts: Free of burrs and sharp corners and edges Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses Diffusers and Globes: Acrylic Diffusers: 100 percent virgin acrylic plastic, with high resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. SP-68 Special Provisions

315 Glass: Annealed crystal glass unless otherwise indicated Lens Thickness: At least inch ((3.175 mm)) minimum unless otherwise indicated Lens and Refractor Gaskets: Use heat- and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors Reflecting surfaces shall have minimum reflectance as follows unless otherwise indicated: White Surfaces: 85 percent Specular Surfaces: 83 percent Diffusing Specular Surfaces: 75 percent Housings: Rigidly formed, weather- and light-tight enclosure that will not warp, sag, or deform in use Provide filter/breather for enclosed luminaires Factory-Applied Labels: Comply with UL Include recommended lamps. Labels shall be located where they will be readily visible to service personnel, but not seen from normal viewing angles when lamps are in place Label shall include the following lamp characteristics: "USE ONLY" and include specific lamp type Lamp diameter, shape, size, wattage and coating CCT and CRI for all luminaires Finishes Variations in Finishes: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. Where indicated, match finish process and color of pole or support materials. 2.3 Outdoor Photoelectric Switches Description: Solid state, with dry contacts rated for 1800 VA, to operate connected load, complying with UL Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. SP-69 Special Provisions

316 Light-Level Monitoring Range: 1.5 to 10 fc (16.14 to 108 lux), with an adjustment for turnon and turn-off levels within that range Time Delay: Thirty-second minimum, to prevent false operation Lightning Arrester: Air-gap type Mounting: Twist lock complying with NEMA C136.10, with base. If provided with fixture, integral to fixture. Photoelectric switches for existing fixtures shall be connected to existing fixture or pole and connected to branch circuit serving fixture. 3.1 General CONSTRUCTION REQUIREMENTS Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: Notify Owner no fewer than five days in advance of proposed interruption of electrical service Do not proceed with interruption of electrical service without Owner s written permission Comply with NFPA 70E. 3.2 Lighting Poles and Accessories Delivery, Storage, And Handling Package aluminum poles for shipping according to ASTM B Store poles on decay-resistant skids at least 12 inches (300 mm) above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation Retain factory-applied pole wrappings on metal poles until right before pole installation. Handle poles with web fabric straps Examination Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work Examine poles, luminaire-mounting devices, lowering devices, and pole accessories before installation. Components that are scratched, dented, marred, wet, moisture damaged, or visibly damaged are considered defective Examine roughing-in for foundation and conduit to verify actual locations of installation Proceed with installation only after unsatisfactory conditions have been corrected Pole Foundation Concrete Pole Foundations: Cast in place, with anchor bolts to match pole-base flange. Structural steel complying with ASTM A 36/A 36M and hot-dip galvanized according to ASTM A SP-70 Special Provisions

317 123/A 123 M; and with top-plate and mounting bolts to match pole-base flange and strength required to support pole, luminaire, and accessories. Concrete, reinforcement, and formwork as indicated in drawings and specs Pre-Cast Foundations: Factory fabricated, with structural steel complying with ASTM A 36/A 36M and hot-dip galvanized according to ASTM A 123/A 123M; and with top-plate and mounting bolts to match pole-base flange and strength required to support pole, luminaire, and accessories. Concrete, reinforcement, and formwork as indicated in drawings and specs Anchor Bolts: Install plumb using manufacturer-supplied steel template, uniformly spaced Base shall be provided with an HDPE Tube form and cover which will be left in place. Tube will be Safety Yellow above grade and black below grade Pole Installation Alignment: Align pole foundations and poles for optimum directional alignment of luminaires and their mounting provisions on pole Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates furnished by pole manufacturer Foundation-Mounted Poles: Mount pole with leveling nuts and tighten top nuts to torque level according to pole manufacturer's written instructions Use anchor bolts and nuts selected to resist seismic forces defined for the application and approved by manufacturer Grout void between pole base and foundation. Use nonshrink or expanding concrete grout firmly packed to fill space Install base covers unless otherwise indicated Use a short piece of 1/2 -inch (13-mm) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole Raise and set pole using web fabric slings (not chain or cable) at locations indicated by manufacturer Corrosion Prevention Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum using insulating fittings or treatment Steel Conduits: In concrete foundations, wrap conduit with inch- (0.254-mm-) thick, pipe-wrapping plastic tape applied with a 50-percent overlap Grounding Ground Metal Poles and Support Structures: Comply with requirements in NEC Article Install grounding electrode for each pole unless otherwise indicated. SP-71 Special Provisions

318 Install grounding conductor pigtail in the base for connecting luminaire to grounding system Identification Identify system components, wiring, cabling, and terminals. 3.3 Light Fixtures Delivery, Storage, And Handling Protect finishes of exposed surfaces by applying a strippable, temporary protective covering prior to shipping Field Conditions Verify existing and proposed utility structures prior to the start of work associated with luminaire installation Mark locations of exterior luminaires for approval by Architect prior to the start of luminaire installation Examination Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work Examine roughing-in for luminaire electrical conduit to verify actual locations of conduit connections before luminaire installation Proceed with installation only after unsatisfactory conditions have been corrected General Installation Requirements Comply with NECA Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer Fasten luminaire to structural support Supports: Sized and rated for luminaire weight Able to maintain luminaire position after cleaning and relamping Support luminaires without causing deflection of finished surface Luminaire-mounting devices shall be capable of supporting a horizontal force of 100 percent of luminaire weight and a vertical force of 400 percent of luminaire weight Wiring Method: Install cables in raceways. Conceal raceways and cables. SP-72 Special Provisions

319 Install luminaires level, plumb, and square with finished grade unless otherwise indicated Coordinate layout and installation of luminaires with other construction Adjust luminaires that require field adjustment or aiming. Include adjustment of photoelectric device to prevent false operation of relay by artificial light sources, favoring a north orientation Corrosion Prevention Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment Steel Conduits: In concrete foundations, wrap conduit with inch- (0.254-mm-) thick, pipe-wrapping plastic tape applied with a 50 percent overlap Identification Identify system components, wiring, cabling, and terminals Field Quality Control Inspect each installed luminaire for damage. Replace damaged luminaires and components Perform the following tests and inspections: Operational Test: After installing luminaires, switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation Verify operation of photoelectric controls Illumination Tests: Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with the following IES testing guide(s): IES LM IES LM IES LM IES LM IES LM Operational Test: After installing luminaires, switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation Luminaire will be considered defective if it does not pass tests and inspections Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. SP-73 Special Provisions

320 3.3.8 Demonstration Train Owner's maintenance personnel to adjust, operate, and maintain luminaires and photocell relays Adjusting Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting the direction of aim of luminaires to suit occupied conditions. Make up to two visits to Project during other-than-normal hours for this purpose. Some of this work may be required during hours of darkness During adjustment visits, inspect all luminaires. Replace lamps or luminaires that are defective Parts and supplies shall be manufacturer's authorized replacement parts and supplies Adjust the aim of luminaires in the presence of the Owner. 3.4 Outdoor Photoelectric Switches Wiring Installation Wiring within Enclosures: Comply with NECA 1. Separate power-limited and nonpowerlimited conductors according to conductor manufacturer's written instructions Size conductors according to lighting control device manufacturer's written instructions unless otherwise indicated Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures Field Quality Control Perform the following tests and inspections: Operational Test: After installing time switches and sensors, and after electrical circuitry has been energized, start units to confirm proper unit operation Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment Lighting control devices will be considered defective if they do not pass tests and inspections Prepare test and inspection reports Adjusting Occupancy Adjustments: When requested within 12 months from date of Substantial Completion, provide on-site assistance in adjusting sensors to suit actual occupied conditions. Provide up to two visits to Project during other-than-normal occupancy hours for this purpose. SP-74 Special Provisions

321 3.4.4 Demonstration Train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. METHOD OF MEASUREMENT 4.1 Light Pole Bases will be measured by each. 4.2 Light Poles (Highway) will be measured by the number of units installed. 4.3 Remove Light Pole and Bases will be measured by each. 4.4 Reset Light Pole Highway will be measured by the number of units reset. 4.5 Photoelectric Switch will be measured by each. BASIS OF PAYMENT 5.1 The accepted quantity of Light pole bases will be paid for at the Contract price, per each, including concrete, HDPE Tube form, conduit risers, grounding, anchor bolt and all required labor, equipment, and materials. 5.2 The accepted quantity of Light Poles (Highway) will be paid for at the Contract price, per unit, including poles, LED fixtures (two), mounting plates, supports, brackets, and all required labor, equipment, testing, and materials for a complete installation. 5.3 The accepted quantity of Remove Light Pole and Bases will be paid for at the Contract price, per each, including disconnection from power, removal and salvage of existing poles & fixtures, and removal and disposal of concrete bases. 5.4 The accepted quantity of Reset Light Pole Highway will be measured by the Contract price, per unit, including transporting to new location, installation on new base, and all required labor, equipment, testing, and materials for a complete installation. 5.5 The accepted quantity of Photoelectric Switch will be paid for at the Contract price, per each. Pay items and units: 625 Light Pole Bases Each Light Pole (Highway) Unit Remove Light Pole and Base Each Reset Light Pole Highway Unit Photoelectric Switch Each END OF SECTION SP-75 Special Provisions

322 SPECIAL PROVISION SECTION WELLS, PUMPS AND APPURTENANCES Item Decommission Monitoring Well DESCRIPTION 1.1 This work shall consist of decommissioning monitoring well(s) in accordance with N.H. Water Well Board Administrative Rules, section We 604 and as shown on the plans. MATERIALS 2.1 Grout shall consist of a mixture of Portland Cement (Type II) with 5 to 10 percent high solids bentonite clay mixed with clean water according to the water to cement ratio in Table specified in N.H. Water Well Board Administrative Rules, section We CONSTRUCTION REQUIREMENTS 3.1 Prior to decommissioning, all wells should be investigated to determine their condition, the details of construction and whether or not any obstructions exist that interfere with the filling and sealing process. Any obstructions should be removed by cleaning out the hole if possible. If the well was constructed after January 1, 1984, a report describing its relevant characteristics should be on file at the office of the Water Well Board. Copies may be obtained by calling The Contractor shall remove existing miscellaneous hardware from the monitoring well, hardware removed and shall be properly disposed of according to current State and Federal regulations. 3.2 The depth of the existing well shall be measured and recorded by the Contractor in the presence of the Engineer. 3.3 Sealing shall be performed by the pressure grout method with tremie pipe from the bottom of the well to ground level. If possible, the casing should be removed prior to sealing otherwise it shall be cut off a minimum of one foot below finished grade. 3.4 Excavations shall be backfilled and compacted in accordance with the requirements of A Well Abandonment Registration Report shall be completed for each well, per We , and the report shall be submitted to the Water Well Board, P.O. Box 95, Concord, NH, A copy of the completed report shall be provided to the Engineer. METHOD OF MEASUREMENT 4.1 Decommissioning monitoring wells will be measured by the linear foot to the nearest 0.1 of a foot. BASIS OF PAYMENT 5.1 Decommissioning monitoring wells will be paid for at the contract unit price per linear foot complete in place Removing hardware and cutting off the well casing shall be subsidiary. SP-76 Special Provisions

323 Pay items and units: Decommission Monitoring Wells Linear Foot END OF SECTION SP-77 Special Provisions

324 SPECIAL PROVISION SECTION MISCELLANEOUS INCIDENTALS Temporary Lighting DESCRIPTION 1.1 Work shall consist of furnishing, installing, maintaining (including power) and removing temporary stationary lighting or temporary portable lighting for the Ammon Center, as required, to provide 1.0 footcandle average illumination during construction. This includes poles, bracket arms, luminaires, photo cells, portable light towers and wiring as described herein, shown on the plans, described in the Prosecution of Work or as ordered This work shall include either, the installation of a temporary metered service in accordance with the local utility standards, or providing and maintaining a power source(s) adequate for the requirements and duration of the lighting. 2.1 Temporary Lighting. MATERIALS Fiberglass poles shall be direct burial with breakaway characteristics. The fiber-glass shall be constructed from ultraviolet resistant polyester resin and shall contain a minimum of 65% glass and 35% resin by weight. Poles shall be designed in accordance with the currant AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals'" for a 100 mph (160 km/h) wind speed and include safety breakaway supports capable of providing the nominal light mounting height specified in The pole shall be tapered and the surface shall be uniform for the entire length of the pole. Poles shall be provided with a removable aluminum top cap Pole shall be pigmented silver and be of uniform color throughout the entire body of the pole Pole shall contain a minimum 214 in x 5 in (65 mm x 125 mm) hand hole with a nonmetallic cover attached with tamper resistant hardware. The hand hole shall be located approximately in ( mm) above the ground line when installed and 90 degrees from the side intended for mounting of the arm Pole shall also contain a minimum 2 3/8 in (60 mm) diameter conductor entrance located approximately 18 in (300 mm) below grade after installation and 180 degrees from the side intended for mounting of the arm Pole shall be predrilled for bracket arm mounting A coating to provide additional ultraviolet and chemical resistance shall be applied at a minimum dry film thickness of 1!/ 2 mils ( mm). The surface shall meet the following requirements when tested for a minimum of 2500 hours of accelerated testing in accordance with ASTM 653 (UV-B Lamp 313 NM wave length 130 F (55 C), cycle lamp 4 hours on 4 hours off): Fiber Exposure Crazing Checking Chalking SP-78 None None None None Special Provisions

325 Color May dull slightly Poles will be rejected if the pole contains any scratches, gouges or fraying deeper than one-half the wall thickness Wood poles shall be Class IV or higher capable of providing the nominal light mounting height specified in The bracket arm shall be aluminum one-piece seamless, round tapered tubes conforming to ASTM B 241 Alloy 6061 T6 or 6063 T6 with a 2 in (50 mm) national pipe size (NPS) slip-filter Luminaires shall operate one 250-watt high-pressure sodium (HPS) lamp from a nominal 120 volt 60 hertz power source. The luminaire shall contain a pre-wired integral ballast and optical assembly that shall provide a full cutoff Type III IES distribution The luminaire shall contain a photoelectric control for automatic dusk to dawn operation of luminaire Temporary metered service equipment and wiring shall be in compliance with the National Electrical Code, local codes and utility requirements. 2.2 Temporary Portable Lighting Temporary portable light towers shall have a minimum tower height of 30 feet Lighting shall operate a minimum of two 250-watt lamps. Light system shall contain a ballast and shall provide an NEMA-6 beam spread Lights shall be full cut-off Temporary portable lighting shall contain an independent power source. 3.1 Temporary Stationary Lighting. Construction Requirements Poles placed within the clear zone and not behind barrier shall meet breakaway requirements of the aforementioned AASHTO Standard Poles placed behind barrier shall be located beyond the limits of barrier deflection Poles shall be buried a minimum of 20 percent of the mounting height Fiberglass poles shall be handled in accordance with manufacture's recommendations Lights shall be installed at a 35 foot (11-meter) mounting height on an 8 ft (2.4 meters), 12 ft (3.7 meters) or 16 ft (4.9 meters) bracket arm as specified Lights shall be aimed directly down, unless otherwise specified, so as not to produce excess glare for the traveling public and to minimize the projection of light upward Temporary metered service and wiring shall be installed in accordance with the National Electrical Code, local codes and utility requirements. SP-79 Special Provisions

326 The Contractor shall obtain all necessary permits for the work and meet the requirements of all codes The power source will be determined by the appropriate electric utility listed in the Prosecution of Work, if available, and the Engineer in the field. 3.2 Temporary Portable Lighting Light towers shall be placed as shown on the plans at the angle point in the concrete barrier Lights shall be aimed directly down, unless otherwise specified, so as not to produce excess glare for the traveling public and to minimize the projection of light upward The Contractor shall insure that temporary portable lighting is installed as part of the temporary concrete barrier installation The Contractor shall insure that temporary portable lighting is operating during night hours and not operating during daylight hours Power source shall maintain light operations for a minimum of 14 continuous hours (dusk to dawn). 3.3 If temporary lighting is proposed at locations other than as shown on the plans, the Contractor shall submit plans for approval in accordance with prior to the start of operations. 3.4 The Contractor shall insure that temporary lighting is installed prior to disturbing traffic flow. 3.5 Temporary lighting shall be removed at the completion of the project or when no longer required. METHOD OF MEASUREMENT 4.1 Temporary stationary lighting and temporary portable lighting will be measured as a unit. A unit will include all work, material, equipment, hardware, required power and appurtenances as necessary for each unit required to provide temporary lighting. Relocating temporary portable lighting will not be measured. BASIS OF PAYMENT 5.1 The accepted quantity of stationary or portable temporary lighting will be paid for at the contract lump sum price complete. 5.2 All costs for obtaining permits for temporary lighting will be subsidiary. 5.3 Barrier provided solely for the purpose of protecting temporary lighting shall be subsidiary to Item Maintenance of Traffic. SP-80 Special Provisions

327 5.4 Temporary lighting provided to illuminate portable concrete barrier installed other than required on the Plans, shall be at the Contractor's expense. Pay item and unit: Temporary Lighting Unit END OF SECTION SP-81 Special Provisions

328 SPECIAL PROVISION SECTION BOLLARDS Item Bollards DESCRIPTION 1.1 This work shall consist of furnishing, fabricating, transporting, and erecting all concrete filled steel bollards as shown on the plans or ordered. This work shall also include plastic covers and concrete foundations. MATERIALS 2.1 Steel pipe shall be standard weight Schedule 40 conforming to ASTM A 53 or ASTM A Plastic cover shall be domed top Lo-Density Thermoplastic Polyethylene (LDPE) with a ¼ wall thickness 2.3 Concrete shall conform to 520, Class B. CONSTRUCTION REQUIREMENTS 3.1 Bollard shall be installed as shown in construction plans and details. 4.1 Bollards will be measured per each. METHOD OF MEASUREMENT No separate measurement will be made for any concrete or excavation required for concrete placement. BASIS OF PAYMENT 5.1 The accepted quantity of steel bollards will be paid for at the contract unit price per each, complete and in place Excavation for concrete placement will be subsidiary Concrete will be subsidiary LDPE plastic cover and fasteners shall be subsidiary. Pay Items and Units: Bollards Each END OF SECTION SP-82 Special Provisions

329 SPECIAL PROVISION SECTION Freudenberg Landscaping This section is intended to provide and pay for landscaping measures around Freudenberg as shown on the Landscaping Plan. DESCRIPTION 1.1 The Contractor shall be required to construct the landscaping, flagpole relocations, ornamental fencing at Freudenberg and irrigation system per the Landscaping Plan and with coordination with the Engineer. MATERIALS & CONSTRUCTION REQUIREMENTS 2.1 Materials and Construction Requirements shall conform to the landscape plans and specification language below: PART1 - GENERAL SCHEDULE 0 - SUMMARY A. The Contractor shall furnish all materials and perform all work in accordance with these specifications, drawings, and instructions provided by the Owner, so that the intended vegetative cover, plants, trees, etc., flourish beyond the time limits set by their guarantee. B. The work shall include everything shown on the drawings and required by the specifications and everything to which in the judgment of the Owner is incidental to what is shown on the drawings or required by the specifications. SCHEDULE 1 -REFERENCE STANDARDS A. Plant material shall, as a minimum, in all cases conform with requirements of the American Standard for Nursery Stock latest versions of rules and grading adopted by the American Association of Nurserymen, Inc., unless upgraded as to meet the additional requirements as presented in these specifications and on the drawings. SCHEDULE 2 - QUALITY ASSURANCE A. All work completed and materials furnished and installed shall be of the best quality and shall be in strict accordance with the intention of the drawings, specifications and samples. The Contractor shall cooperate with the Owner so that no error or discrepancy in the drawings or specifications shall cause defective or inappropriate materials to be used or poor workmanship to be allowed and so that the work may proceed in the most efficient and effective manner. If there is a discrepancy between the graphic count of plants and the drawing list count of plants on the landscape drawing, the graphic count shall govern. B. Work must be carried out only during weather conditions favorable to landscape construction and to the health and welfare of plants. Plant during one of the following periods: Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Coniferous trees and shrubs SP-83 Special Provisions

330 a. Spring Planting: April 1 to June 15 b. Fall Planting: September 1 to November 1 2. Deciduous trees and shrubs a. Spring Planting: April 1 to June 15 b. Fall Planting: September 1 to November C. Special conditions may warrant a variance in the above dates. The Contractor shall notify the Construction Manager of the conditions and the proposed variances. Permission will be given if the variance is warranted. Material planted out-of-season shall be given extra care and attention by the Contractor. Out-of-season planting shall be entirely at the risk of the Contractor. In the event vegetation does not take a healthily stand within one (1) year of substantial completion of date the Contractor shall replace vegetation. D. Planting shall be prohibited in muddy or frozen ground. E. Before commencing work, all trees and shrubs which are to be saved must be protected from damage by the placement of fencing flagged for visibility or some other suitable protective procedure approved by the Owner. No work may begin until this requirement is fulfilled. F. In order to avoid damage to roots, bark or lower branches, no truck or other equipment shall be driven or parked within the drip line of any tree, unless the tree overspreads a paved way. G. The Contractor shall use any and all precautionary measures when performing work around trees, walks, pavements, utilities, and any other features either existing or previously installed under this contract. H. The Contractor shall adjust depth of earthwork and topsoil when working immediately adjacent to any of the aforementioned features in order to prevent disturbing tree roots, undermining walks and pavements, and damage in general to any existing or newly incorporated item. I. Plants transported to the project in open vehicles shall be covered with tarpaulins or other suitable covers securely fastened to the body of the vehicle to prevent injury to the plants. Closed vehicles shall be adequately ventilated to prevent overheating of the plants. Evidence of inadequate protection following digging, carelessness while in transit, or improper handling or storage shall be cause for rejection. All plants shall be kept moist, fresh, and protected. Such protection shall encompass the entire period during which the plants are in transit, being handled, or are in temporary storage. J. Where excavating, fill, or grading is required within the drip line of trees that are to remain, the work shall be performed as follows: 1. TRENCHING: When trenching occurs around trees to remain, the tree roots shall not be cut but the trench shall be tunneled under or around the roots by careful hand digging and without injury to the roots; 2. RAISING GRADES: When the existing grade at tree is below the new finished grade, and fill not exceeding 16 inches is required, clean, washed gravel graded from 1 to 2 inches in size shall be placed directly around the tree trunk. The gravel shall extend out from trunk on all sides a minimum of 18 inches and finish approximately 2 inches above the finished grade at tree. Install gravel before any earth fill is placed. New earth fill shall not be left in contact with the trunks of any trees requiring fill. Where fill exceeding 16 inches is required, a dry laid tree well shall be constructed around the trunk of the tree. The tree well shall extend out from the trunk on all sides a minimum of 3 feet and to 3 inches above finish grade. Coarse grade rock shall be placed directly around the tree well extending out to the drip line of the tree. Clean, washed gravel graded from 1 to 2 inches in size shall be placed directly over the coarse rock to a depth of 3 inches. Approved backfill material shall be placed directly over the washed gravel to desired finished grade; SP-84 Special Provisions

331 3. LOWERING GRADES: Existing trees in areas where the new finished grade is to be lowered shall have re-grading work done by hand to elevation as indicated. Roots as required shall be cut cleanly 3 inches below finished grade and scars covered with tree paint; and, 4. Trees marked for preservation that are located more than 6 inches above proposed grades shall stand on broad rounded mounds and be graded smoothly into the lower level. Trees located more than 16 inches above proposed grades shall have a dry laid stone wall, or other retaining structure as detailed on the drawings, constructed a minimum of 5 feet from the trunk. Exposed or broken roots shall be cut clean and covered with topsoil. K. The Owner reserves the right to inspect and reject plants at any time and at any place. L. The Owner shall have the final approval for acceptance of the landscaping. M. Do not make substitutions: If specified plant material is not obtainable, submit proof of non-availability to Owner/Developer, together with proposal for use of equivalent material. SCHEDULE 3 - QUALITY OF PLANTS A. Plants shall in all cases conform to requirements of the American Standard for Nursery Stock latest versions of rules and grading adopted by the American Association of Nurserymen, Inc., but upgraded to meet the additional requirements herein. B. Unless specifically noted otherwise, all plants shall be of selected specimen quality, exceptionally heavy, symmetrical, tightly knit, so trained or favored in their development and appearance as to be superior in form, number of branches, compactness and symmetry. All plants shall have a normal habit or sound, healthy, vigorous plants with well-developed root system. C. Plants shall be free of disease, insect pests, eggs or larvae. D. Plants shall not be pruned before delivery. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. E. Handle planting stock by root ball. F. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants and trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Heel-in bare-root stock. Soak roots in water for two hours if dried out. 2. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 3. Do not remove container-grown stock from containers before time of planting. 4. Water root systems of exterior plants stored on-site with a fine-mist spray. Water as often as necessary to maintain root systems in a moist condition. G. Trees with abrasion of the bark, sunscalds, disfiguring knots or fresh cuts of limbs over 1¼ inch, which have not completely callused, shall be rejected. H. All plants shall be typical of their species or variety and shall have a normal habit of growth and be legibly tagged with the proper name. All plants shall have been grown under climatic conditions similar to those in the locality of the site of the project under construction or have been acclimated to such condition for at least 2 years. I. The root system of each shall be well provided with fibrous roots. All parts shall be sound, healthy, vigorous, well branched and densely foliated when in leaf. J. All plants designated ball and burlap (B&B) must be moved with the root systems as solid units with balls of earth firmly wrapped with burlap. The diameter and depth of the balls of earth must be sufficient to encompass the fibrous root feeding systems necessary for the SP-85 Special Provisions

332 healthy development of the plant. No plant shall be accepted when the ball of earth surrounding its roots has been badly cracked or broken preparatory to or during the process of planting. The balls shall remain intact during all operations. All plants that cannot be planted at once must be heeled-in by setting in the ground and covering the balls with soil or mulch and then watering. Hemp burlap and twine is preferable to treated. If treated burlap is used, all twine is to be cut from around trunk and all burlap is to be removed. K. The trunk of each tree shall be a single trunk growing from a single unmutilated crown of roots. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. L. The thickness of each shrub shall correspond to the trade classification No. 1. Single stemmed or thin plants shall not be accepted. The side branches must be generous, well twigged, and the plant as a whole well branched to the ground. The plants must be in moist condition, free from dead wood, bruises or other root or branch injuries. SCHEDULE 4 - PLANT SIZES A. Plants shall be measured when branches are in their normal position. B. Shrubs shall meet the requirements for spread, height or container size stated in the plant list. The measurements are to be taken from the ground level to the average height of the shrub and not to the longest branch. Height and spread dimensions specified refer to the main body of the trees (measured from the crown of the roots to the tip of the top branch) shall be not less than the minimum size designated. C. Caliper measurements shall be taken at a point on the trunk 6 inches above natural ground line for trees up to 4 inches in caliper, and at a point 12 inches above the natural ground line for trees exceeding 4 inches in caliper. D. If a range of size is given, no plant shall be less than the minimum size, and not less than 50% of the plants shall be as large as the upper half of the range specified. E. The measurements specified are the minimum size acceptable and, where pruning is required, are the measurements after pruning. SCHEDULE 5 - MAINTENANCE OPERATIONS BEFORE APPROVAL A. Plant care shall begin immediately after each plant is satisfactorily installed and shall continue throughout the life of the contract until final acceptance of the project. B. Care shall include, but not be limited to, replacing mulch that has been displaced by erosion or other means, repairing and reshaping water rings or saucers, maintaining stakes and guys as originally installed, watering when needed or directed, and performing any other work required to keep the plants in a healthy condition. C. Contractor shall remove and replace all dead, defective and/or rejected plants as required before final acceptance. D. Grassed areas damaged during the process of the work shall be the responsibility of the Contractor, who shall restore the disturbed areas to a condition satisfactory to the Owner. This may include filling to grade, fertilizing, seeding and mulching. SCHEDULE 6 - GUARANTEE A. The condition of all new plant materials is the responsibility of the Contractor and shall be approved by the Owner. B. Until final approval, any replacement of plant materials that may be necessary shall be at the expense of the Contractor. C. In addition to other standard provisions, the Contractor's bid amount shall also provide for the following: SP-86 Special Provisions

333 1. Maintenance necessary during establishment period (when required by the Owner); 2. Replacement in kind of all plant materials not in a healthy growing condition or that have died back to the crown or beyond normal pruning limits; and, 3. The Contractor shall also be responsible for any damage caused by his operations and shall dispose of all rubbish and excess soil as directed. SCHEDULE 7 IRRIGATION SYSTEM A. Existing Irrigation system pop-up sprinkler heads and lines shall be modified and extended to provide water for the revised lawn, trees, and planting beds. New sprinkler heads and lines shall match existing equipment and the system design & layout shall be coordinated with the Owner and reviewed and approved by the Owner & Engineer through shop drawing submittals prior to installation. Existing irrigation lines and sprinkler heads that will be impacted shall be removed and reused, as feasible. Removal, modification, procurement, installation, and testing of irrigation system shall be subsidiary to Item PART 2 - PLANTING MATERIALS SCHEDULE 0 - TOPSOIL A. Work Included - Place topsoil in areas designated on the drawings or as specified herein. B. Areas - All exterior ground within the limit of contract, except surfaces occupied and except areas indicated to be undisturbed, shall be topsoiled. C. Preparation - Disk, drag, harrow or hand rake sub-grade to a depth of 3 inches to provide bond for topsoil. Topsoil, which must be transported across finished walks, shall be delivered in such a manner that no damage will be done to the walks. The Contractor shall be responsible for the repair of such damage. D. Placement of Topsoil - Before placing topsoil, rake subsoil surface clear of stones larger than 1½ inches, debris, and roots. Compact topsoil to form a layer with minimum depth of 4 inches in lawn areas and 12 inches in shrub beds. Topsoil shall be placed so that after final settlement there will be good drainage (and conforming to elevations shown on drawings). Contractor is to maintain surfaces and place any additional topsoil necessary to replace that which may have eroded before acceptance. E. Topsoil: Natural, friable, fertile, fine loamy soil possessing the characteristics of representative topsoils in the vicinity which produces a heavy growth; free from subsoil, objectionable weeds, litter, sods, stiff clay, stones larger than 1 inch in diameter, stumps, roots, trash, toxic substances, or any other material which may be harmful to plant growth or hinder planting operations. Contractor is to verify amount stockpiled and supply any additional as needed. 1. Topsoil shall contain not less than 6% nor more than 20% organic matter as determined by the wet combustion method (chronic acid reduction); topsoil shall have a ph value of not less than 5.5 nor more than 7.0; 2. Topsoil shall meet the following mechanical analysis: Size of Screen % of Soil Retained % of Soil Passing 0.025mm mm 3 97 No Imported topsoil in which more than 60% of the material passing a No. 100 sieve (clayey) shall be rejected. All percentages are to be based on the dry weight of the samples; and, SP-87 Special Provisions

334 3. Laboratory tests of the topsoil shall be performed by a certified testing laboratory, and shall perform tests for the following: a. Sieve analysis and percentage of clay b. Hydrogen ion concentration c. Percentage of organic matter d. Amount of the following nutrients: 1) Ammonium nitrogen 2) Nitrate nitrogen 3) Available phosphorous 4) Available potassium e. Recommended fertilizer and rate of application for low and medium level nutrient soils. SCHEDULE 1 - FERTILIZER A. Fertilizer shall be delivered to the site, mixed as specified, in the original unopened standard size bags showing weight, analysis and name of manufacturer. Store fertilizer in a weatherproof place and in such a manner that it shall be kept dry and its effectiveness shall not be impaired. B. Percentages of nitrogen, phosphorus and potash shall be based on laboratory test recommendations. For the purpose of bidding, assume 10% nitrogen, 6% phosphorus and 4% potash by weight. At least 50% of the total nitrogen shall contain no less than 3% water-insoluble nitrogen. At least 60% of the nitrogen content shall be derived from super-phosphate containing not less than 18% phosphoric acid or bone meal containing 25% - 30% phosphoric acid and 2% - 3% nitrogen. Potash shall be derived from muriate of potash containing 55% - 60% potash. C. Grass or sodded areas shall have fertilizer applied with a thorough watering immediately following application at the rate of 35 pounds per 1,000 square feet harrowed into the top 2 inches of seedbed. SCHEDULE 2 - PEAT MOSS A. Peat moss shall be Michigan peat moss or approved equal by the Owner in color and consistency, to be used for planting soil mixture only. B. Peat moss shall be finely shredded to pass a ½ inch mesh and shall be no less than 90% organic material by weight, with an ash content by ignition of no more than 10%. C. Material shall contain no less than 35% and no more than 66% moisture by weight, but shall have a water-holding capacity of 150% - 200%. D. Material shall have a ph value between 4 and 5. E. Material may be imported (supplied in bales) or domestic (furnished in bulk). F. Peat moss shall not be used as mulch, except on ground cover. SCHEDULE 3 - SHREDDED PINE BARK MULCH A. Shredded pine bark mulch or approved equal shall be used as a 3 inch, after settlement, top dressing in all plant beds and around all trees planted by the Contractor. Single trees or shrubs shall be mulched to the outside edge of the saucer. Mulch shall be of sufficient character as not to be easily displaced by wind or water runoff. SCHEDULE 4 - STAKING MATERIAL A. Stakes shall be 2" x 2" x 8' pressure treated wood. 3 stakes per tree. B. Wire tree staking shall be pliable No. 12 galvanized soft steel wire. SP-88 Special Provisions

335 C. Hose shall be two-ply fiber-bearing rubber garden hose, not less than ½ inch inside diameter, black or green, and of suitable length. SCHEDULE 5 - WATERING A. Owner will provide water, if available on-site, however if water is not available the Contractor shall furnish all necessary water. The Contractor shall furnish hose and other watering equipment. SCHEDULE 6 - LAWN SEED A. Lawn seed mixture shall be fresh, clean new crop seed. The Contractor shall furnish to the Owner the dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. SCHEDULE 7 - WEED MAT N/A SCHEDULE 8 EDGING A. Edging shall be 1/8" x 4" interlocking aluminum edge, staked with metal stakes sufficiently to hold in place. SCHEDULE 9 -STONE MULCH A. Install stone mulch as per drawings, details and specifications. B. The size and color of the stone mulch should be as per the drawings placed to a depth of 3 inches. C. Adjust grades allowing for thickness of mulch by cutting or filling. Assure 2% pitch away from building. Rake surface smooth and even and roll or tamp so that subgrade is uniformly firm. D. Lay 6 mil sheets of "Visqueen" type polyethylene, on the compacted subgrade before placing stone, minimum overlap shall be 6 inches. Perforate sheeting in plant beds before placing stone. SCHEDULE 10 - SOD A. Sod shall be a species recommended by an experienced local A.N.A.-certified nursery. Sod to be strongly rooted, weed-disease and pest free and uniform in thickness. B. All slopes greater than 3:1 shall be pegged to hold sod in place. SCHEDULE 11 - EROSION CONTROL BLANKET/FABRIC NETTING A. Contractor shall provide and install erosion control blankets on all slopes 2:1 or greater and at other locations where indicated on the drawings. Blankets shall be "Curlex II" by American Excelsior Company, S150 by North American Green or "Landlok CS2" by Synthetic Industries. B. The area to be covered shall be properly prepared, fertilized, and seeded before blanket is applied. In ditches, the blanket shall be applied in the direction of the flow of water, butted snugly at ends and side and stapled. On slopes, the blankets shall be applied either horizontally or vertically to the slope. Ends and sides shall be butted snugly and stapled. Staple to manufacturer's recommendations. SP-89 Special Provisions

336 PART 3 - PLANTING PROCEDURES AND EXECUTION SCHEDULE 0 - DIGGING AND HANDLING A. Bare rooted shrubs shall be dug with adequate fibrous roots. Roots of these plants shall be covered with a uniformly thick coating of mud by being puddled immediately after they are dug, or packed in moist straw, or moss. Deliver exterior plants freshly dug. B. Balled and burlapped plants shall be dug with firm natural balls of earth in which they were grown, of sufficient diameter and depth to include most of the fibrous roots. C. Roots or balls of all plants shall be adequately protected at all times from the sun and from drying winds. D. All balled and burlapped plants which cannot be planted immediately upon delivery shall be set on the ground and shall be well protected with soil, wet moss or other acceptable material. Bare rooted plants, which cannot be planted immediately, shall be heeled-in upon delivery. All shall be kept moist. E. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. During planting operations, bare roots shall be covered with canvas, hay or other suitable material. No plant shall be bound with wire or rope at any time so as to damage the bark or break the branches. SCHEDULE 1 - TREES AND SHRUB PLANTING OPERATIONS A. Planting operations shall be performed at a steady rate of work unless weather conditions make it impossible to work. No plant material shall be planted in frozen ground. B. The Contractor shall provide sufficient tools and equipment required to carry out the planting operation. C. All plants too large for two men to lift in and out of holes shall be placed with a sling. Do not rock trees in holes to raise. D. For soil mix for plant holes, see Article 2.01, Topsoil. E. If rock or other underground obstructions are encountered, the Owner may require plant pits to be relocated, the pits enlarged or the plants deleted from the contract. F. Locations containing unsuitable subsoil shall be treated in one of the following manners: 1. Where unsuitability within the construction site is deemed by the Owner to be due to excessive compaction caused by heavy equipment or by the presence of boards, mortar, concrete or other construction materials in subgrade, and where the natural subsoil is other than A.A.S.H.T.O. classification of A6 or 7, the Contractor shall loosen such areas with spikes, discs, or other means to loosen the soil to a condition acceptable by the Owner. The Contractor shall also remove all debris and objectional material. Soil should be loosened to a minimal depth of 12 inches with additional loosening as required to obtain adequate drainage. Contractor may introduce peat moss, sand, or organic matter into the subsoil to obtain adequate drainage should he so desire. All such remedial measures shall be considered as incidental to the work and no extra payment shall be made for this part of the work; and, 2. Where subgrade is deemed by the Owner to be unsuitable because the natural subsoil falls into an AASHTO classification of A6 or 7 and contains moisture in excess of 30%, then such a condition shall be rendered suitable by installation of a subdrainage system or by other means described elsewhere in these specifications. Where such conditions have not been known or revealed prior to planting time and where they have not been recognized in the preparation of drawings and specifications, then the Owner shall issue a change order to install the proper remedial measures, all of which shall be in addition to the contract sum. G. Adjustments in locations and outlines shall be made as directed. In the event that pits or areas for planting are prepared and backfilled with topsoil to grade prior to SP-90 Special Provisions

337 commencement of lawn operations, they shall be so marked that when the work of planting proceeds, they can be readily located. In case underground obstructions such as ledges or utilities are encountered, location shall be changed under the direction of the Owner without charge. H. Holes for trees shall be at least 2 feet greater in diameter than the spread of the root system and at least 6 inches deeper than the root ball. Holes for shrubs and vines shall be at least 12 inches greater in diameter than the spread of the root system and at least 2 feet deep. I. To the topsoil in the backfilling of tree holes and shrub beds, there shall be added as the progress of the work permits, ground limestone if soil tests indicate it is needed, and commercial fertilizer at the rate of 3 pounds for trees up to 3 inches in caliper, 1 pound per 1inch in caliper for larger trees, 6 ounces for small shrubs and 8 ounces for each shrub 4 feet or over. Ground limestone shall be omitted in the case of acid soil plants. The, limestone and fertilizer shall be thoroughly mixed with the topsoil in the planting operation. J. The plants shall be planted in the center of the holes and at the same depth as they previously grew. Topsoil shall be backfilled in layers of not more than 8 inches and each layer watered sufficiently to settle before the next layer is put in place. Topsoil shall be tamped under edges of balled plants. Enough topsoil shall be used to bring the surfaces to finish grade when settled. 1. A saucer shall be provided around each plant as shown on the drawings; 2. Plants shall be soaked with water twice within the first 24 hours of time of planting. Water shall be applied with low pressure so as to soak in thoroughly without dislodging the topsoil; 3. Approved weed mat shall be placed under all areas to be covered with mulch. Secure weed mat in place with a soil anchor, then cover with mulch as directed; and, 4. A 3 inch layer, after settlement, of mulch shall be applied directly on top of weed mat to the entire area of each saucer or planting bed. SCHEDULE 2 - MAINTENANCE DURING CONSTRUCTION A. Maintenance shall begin immediately after planting. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated, and otherwise maintained and protected until 45 days after final acceptance. Settled plants shall be reset to proper grade and position, planting saucer restored and dead material removed. Stakes and wires shall be tightened and repaired. Defective work shall be corrected as soon as possible after it becomes apparent and weather and season permit. B. If a substantial number of plants are sickly or dead at the time of inspection, acceptance shall not be granted and the Contractor's responsibility for maintenance of all plants shall be extended until replacements are made. C. All replacements shall be plants of the same kind and size specified on the plant list. They shall be furnished and planted as specified above at no cost to the Owner. D. Plants shall be guaranteed for a period of 1 year after final acceptance. E. At the end of the Establishment Period, inspection shall be made again. Any plant required under this contract that is dead or unsatisfactory to the Owner shall be removed from the site. These shall be replaced during the normal planting season. SP-91 Special Provisions

338 SCHEDULE 3 - SEEDING A. Area - All exterior ground within the limit of contract, except surfaces occupied by buildings and structures and paving, except areas indicated to be undisturbed, shall be seeded or planted as shown on drawings. 1. Furnish topsoil, finish grading, prepare seedbed, seed and maintain areas as indicated on the drawings. B. Seed Bed Preparation - Grade areas to finish grades, filling as needed or removing surplus dirt and floating areas to a smooth, uniform grade as indicated on grading drawings. All lawn areas shall slope to drain. Where no grades are shown, areas shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, catch basin, elevational steps or building) and elevations shown on drawings. Roll, scarify, rake and level as necessary to obtain true, even lawn surfaces. Loosen soil to a depth of 6 inches in lawn areas by approved method of scarification and grade to remove ridges and depressions. Remove stones or foreign matter over 2 inches in diameter from the top 2 inches of soil. Float lawn areas to approximately finish grades. C. Seed beds should be permitted to settle or should be firmed by rolling before seeding occurs. D. Seeding shall not be performed in windy weather. E. Seeding shall be done in 2 directions at right angles to each other. F. Lawn areas shall be seeded by sowing evenly with an approved mechanical seeder at the rate indicated on the drawings. Culti-packer or approved similar equipment may be used to cover the seed and to form the seedbed in one operation. In areas inaccessible to culti-packer, the seeded ground shall be lightly raked with flexible rakes and rolled with a water ballast roller. After rolling, seeded areas are to be lightly mulched with wheat straw. G. Lawns shall be maintained by the Contractor for at least 30 days after sodding and 60 days after seeding, or as long as is necessary to establish 85% uniform coverage of the specified grasses, or until substantial completion of the project or until final acceptance of lawns, whichever is later. H. In the event that lawn operations are completed too late in the Fall for adequate germination and/or growth, maintenance shall continue into the following growing season or until a uniform stand of the specified grasses has been established. I. Water seeded areas twice the first week to a minimum depth of 6 inches with a fine spray and once per week thereafter as necessary to supplement natural rain to the equivalent of 1 inch or to a 6 inch depth. J. The surface layer of soil for seeded areas must be kept moist during the germination period. After first cutting, water as specified above. L. Make weekly inspections to determine the moisture content of the soil and adjust the watering schedule established by the irrigation system installer to fit conditions. M. After grass growth has started, all areas or parts of areas, which fail to show a uniform stand of grass for any reason whatsoever shall be reseeded in accordance with the drawings, and as specified herein. Such areas and parts of areas shall be reseeded repeatedly until all areas are covered with a satisfactory growth of grass at no additional cost to the Owner. N. Watering shall be done in such a manner and as frequently as is deemed necessary by the Owner to assure continued growth of healthy grass. All areas of the site shall be watered in such a way as to prevent erosion due to excessive quantities applied over small areas and to avoid damage to the finished surface due to the watering equipment. O. Owner will provide water, if available on-site, however if water is not available the Contractor shall provide all necessary water. The Contractor shall furnish his own portable tanks, pumps, hose, pipe, connections, nozzles, and any other equipment required to transport the water and apply it to the seeded areas in an approved manner. SP-92 Special Provisions

339 P. Mowing of the seeded areas shall be initiated when the grass has attained a height of 1½ inches to 2 inches. Grass height shall be maintained between 2 ½ to 3 inches at subsequent cuttings depending on the time of year. Not more than 1/3 of the grass leaf shall be removed at any cutting and cutting shall not occur more than 10 days apart. Q. When the amount of grass is heavy, it shall be removed to prevent destruction of the underlying turf. If weeds or other undesirable vegetation threaten to smother the planted species, such vegetation shall be mowed or, in the case of rank growths, shall be uprooted, raked and removed from the area by methods approved by the Owner. R. Protect seeded area against trespassing while the grass is germinating. Furnish and install fences, signs, barriers or any other necessary temporary protective devices. Damage resulting from trespass, erosion, washout, settlement or other causes shall be repaired by the Contractor at his expense. S. Remove all fences, signs, barriers or other temporary protective devices after final acceptance. SCHEDULE 4 - SOD A. Area - As noted on the drawings or a 3 foot wide strip shall be sodded along walks, roadways, and parking areas to prevent washing and erosion. B. Sod Bed Preparation - Grade areas to finish grade, filling as needed or removing surplus dirt, stones, debris, etc. and floating areas to a smooth, uniform grade as indicated on grading drawings. All lawn areas are to slope to drain. C. Always lay sod across slope and tightly together so as to make a solid area. D. Roll or firmly but lightly tamp with suitable wooden or metal tamper all new sod sufficiently to set or press sod into underlying soil. After sodding has been completed, clean up and thoroughly moisten by sprinkler newly sodded areas. PART 4 - MAINTENANCE CONTRACT (When required by the Owner) SCHEDULE 0 - GENERAL LANDSCAPING A. Contractor shall provide the Owner with a written proposal due no later than the established possession date for landscape maintenance from an experienced local A.N.A. certified nursery business capable of performing the work outlined herein. The proposal shall be for a period of 1 year and be renewable in 1 year increments. Maintenance shall begin at construction completion. The maintenance contract work shall not void the guarantee of the plant material for the first year after acceptance by the Owner. Replacement of dead plant material shall be covered under the warrantee of the original installation, final approval and acceptance of the landscaping and irrigation by the Owner. B. Landscape maintenance shall include all necessary watering, cultivation, weeding, pruning, wound dressing, disease and insect pest control, protective spraying, straightening plants which lean or sag, adjustments of plants which settle or are planted too low, mowing of turf areas, replacement of mulch that has been displaced by erosion or other means, repairing and reshaping of water rings or saucers, re-placement of mulch that has been displaced by erosion or subsidence, and the reseeding or replanting of those areas affected. Removal of all rubbish, waste, tools, and equipment used in the execution of the contract at the end of each work day, and any other procedure consistent with good horticultural practice necessary to insure normal, vigorous and healthy growth of all plant material are also part of this maintenance contract. C. During the first year of the maintenance contract, any replacement of plant material shall be the responsibility of the Contractor. SP-93 Special Provisions

340 D. Landscape Maintenance Contractor shall purchase and maintain Contractor's general liability insurance in the amounts of $1,000,000. Certification of such insurance shall be filed with the Owner prior to the commencement of the work. SCHEDULE 1 - WATERING A. The irrigation system, if installed on the site, shall be used by the maintenance Contractor for the watering program, but any failure of the system does not eliminate the Contractor's responsibility of maintaining the desired level of moisture necessary to maintain vigorous, healthy growth. B. The quantity of water applied at one time shall be sufficient to penetrate the soil to a minimum of 8 inches in shrub beds and 6 inches in turf areas at a rate, which will prevent saturation of the soil. C. On-site water shall be furnished by the Owner. The Contractor shall furnish hose and other watering equipment. SCHEDULE 2 - WEEDING A. Maintenance Contractor shall keep all planting areas free from weeds and undesirable grasses by a method and by materials approved by the A.N.A. SCHEDULE 3 - DISEASE AND INSECT PEST CONTROL A. Inspect all plant material at least once a month to locate any disease or insect pest infestations. Upon the discovery of any disease or insect pest infestation, identify, or have identified, the nature or species of the infestation. A method of control in accordance with common A.N.A. standards shall be immediately implemented. SCHEDULE 4 - FERTILIZING A. Maintenance Contractor is to fertilize plant material on a regularly scheduled program to fit the requirements of the plant material to maintain vigorous and healthy plant growth. SCHEDULE 5 - PRUNING AND REPAIR A. The amount of pruning shall be limited to the minimum necessary to remove dead or injured twigs and branches and to compensate for the loss of roots as a result of transplanting operation and/or to maintain safety in vehicular use areas. Pruning shall be done in such a manner as to not change the natural habit or shape of the plant. All cuts shall be made flush, leaving no stubs. SCHEDULE 6 - MOWING A. Mow all grass areas at regular intervals to keep the grass height from exceeding 3 inches. Mow grass areas in such a manner as to prevent clippings from blowing on paved areas, and sidewalks. Cleanup after mowing shall include sweeping or blowing of paved areas and sidewalks to clear them from mowing debris. SP-94 Special Provisions

341 SCHEDULE 7 - CLEAN UP A. During the course of maintenance planting, excess and waste materials shall be continuously and promptly removed at the end of each work day. SCHEDULE 8 - MAINTENANCE REPORT AND SCHEDULE OF ACTIVITIES A. Landscape Maintenance Contractor shall provide a schedule for store management that details his planned maintenance activities including any subcontractors. SCHEDULE 9 - MAINTENANCE CONTRACT A. These terms and conditions herein outlined shall be attached and made a part of a maintenance contract with the Owner. SCHEDULE 10 - TERMINATION OF THE MAINTENANCE CONTRACT A. If the Owner fails to make payment for a period of 90 days without written clarification, the maintenance Contractor may, upon 12 additional days' written notice to the Owner, terminate the contract and recover from the Owner, payment for all work executed and for any proven loss sustained upon any materials, equipment, or tools, including reasonable profit and damages applicable to the maintenance contract. B. If the maintenance Contractor defaults or persistently fails or neglects to carry out the work in accordance with the maintenance contract, the Owner, after 12 days' written notice to the maintenance Contractor, and without prejudice to any other remedy they may have, may make good such deficiencies and deduct the cost thereof, including compensation for additional services made necessary thereby, from the payment then or thereafter due the Contractor, or at their option, may terminate the contract. METHOD OF MEASUREMENT 3.1 Freudenberg Landscaping will be measured per unit and will include all materials and work required in completion of this item. BASIS OF PAYMENT 4.1 The accepted quantity of Freudenberg Landscaping will be paid for at the contract unit price per unit, complete in place, per the Landscaping Plan, and as directed by the Engineer and shall include all other work required or incidental to the completion of this item. This shall include all plantings, flagpole relocations, ornamental fencing and irrigation system as specified or as shown on the landscaping plans. Pay item and units: Freudenberg Landscaping Unit END OF SECTION SP-95 Special Provisions

342 SPECIAL PROVISION SECTION Relocation of Pre-Fabricated Bus Shelter This section is intended pay for the relocation of pre-fabricated bus shelters within the project. DESCRIPTION 1.1 The Contractor shall be required to relocate and install the pre-fabricated bus shelters per the plans and with coordination with the Engineer. MATERIALS 2.1 Existing bus shelters & associated equipment removed & salvaged from Lot C and Lot D shall be used for reinstallation. 2.1 Materials required for connecting bus shelters to concrete pad shall conform to those used for the existing structures & manufacturer s requirements and be approved by the Engineer. CONSTRUCTION REQUIREMENTS 3.1 The Contractor shall perform all necessary work to accommodate relocation of the bus shelters, while maintaining the existing condition of the structures, per the plans and the Engineer. 3.2 Damage to structures due to negligence or careless operation shall be repaired at no extra cost to the Owner. 3.3 Contractor shall coordinate with the Engineer before relocation occurs to confirm a relocation place for the structures. METHOD OF MEASUREMENT 4.1 Relocation of Pre-Fabricated Bus Shelter will be measured per unit and will include all design, materials, and excavation required. BASIS OF PAYMENT 5.1 The accepted quantity of Relocation of Pre-Fabricated Bus Shelter will be paid for at the contract unit price per unit, complete in place, as directed by the Engineer and shall include all other work required or incidental to the completion of this item. This work shall also include transportation to the new shelter location and reconnection of electrical equipment. 5.2 Repair work to damaged or injured portions of the existing structures made necessary due to the negligence or carelessness of the Contractor will not be paid for. 5.3 Concrete and wire mesh for bus shelter foundation and bollards shall be paid for under the respective items. SP-96 Special Provisions

343 Pay item and units: Relocation of Pre-Fabricated Bus Shelter Unit END OF SECTION SP-97 Special Provisions

344 SPECIAL PROVISION SECTION Lot D Exit Facility This section is intended pay for the construction of the Lot D Exit Facility. DESCRIPTION 1.1 This work shall consist of furnishing and installing new exit booths, relocating and installing salvaged revenue equipment, and providing electrical and communications connections and all other incidental work required to construct the relocated Lot D Exit Facility per the plans and with coordination with the Engineer. MATERIALS 2.1 Booths shall be standard 4 x 8 and 5 4 x 7 6 ADA booths as shown in details. Booth equipment to be provided shall be as listed in details and shall also include a heating and air conditioning unit. 2.2 Exit gates, card readers, and other revenue equipment removed and salvaged from existing Lot D Exit shall be used for reinstallation. 2.3 Loop wires shall be No. 14 A.W.G. wire (IMSA Spec 51-5) in vinyl plastic tubing (1/4 O.D, 3/16 I.D.). CONSTRUCTION REQUIREMENTS 3.1 Exit facility layout shall be in accordance with plans and details. 3.2 Booth installation and connection to concrete pad shall be in accordance with manufacturer s recommendations. 3.3 All booth equipment shipped loose shall be installed by Contractor in accordance with manufactures recommendations. 3.4 Salvaged exit gates, card reader, and other revenue equipment to be installed and tested by Contractor. Coordinate installation with SP+ (Parking Manager), Airport, and Resident Engineer. 3.5 Contractor shall provide electrical and communications connections to booths and revenue equipment as shown in details. Existing electrical and communications feeds to Lot D entrance facility to remain shall be rerouted & connected to new Exit booth location and tested. METHOD OF MEASUREMENT 4.1 Lot D Exit Facility will be measured as a unit. BASIS OF PAYMENT 5.1 The accepted quantity of Lot D Exit Facility will be paid for at the contract unit price per unit, complete in place. This shall include furnishing and installing new exit booths, relocating and installing revenue equipment (gates, card readers, misc. booth equipment), constructing loop detector systems, providing electrical and communication connections, and all other work required or incidental to the completion of this item. SP-98 Special Provisions

345 5.2 Repair work to damaged or injured portions around the Exit Facility made necessary due to the negligence or carelessness of the Contractor will not be paid for. 5.3 Concrete and wire mesh for booth foundation, bollards, handholes, and handicap ramp shall be paid for under the respective items. Pay item and units: Lot D Exit Facility Unit END OF SECTION SP-99 Special Provisions

346 SPECIAL PROVISION SECTION Bus Exits This section is intended to pay for the construction of Bus Exits. DESCRIPTION 1.1 This work shall consist of relocating and installing salvaged bus exit gates, providing electrical and communications connections, constructing loop detectors, and all other incidental work required to construct Bus Exits per the plans and with coordination with the Engineer MATERIALS 2.1 Exit gates removed and salvaged from existing Lot C Entrance/Exit and Bus Exit to be removed, shall be used for reinstallation Aluminum gate arm (compatible with Amano AGP-1700 series parking gate). 2.3 Loop wires shall be No. 14 A.W.G. wire (IMSA Spec 51-5) in vinyl plastic tubing (1/4 O.D, 3/16 I.D.). CONSTRUCTION REQUIREMENTS 3.1 Bus Exit layout shall be in accordance with plans and details. 3.2 Gate installation and connection to concrete pad shall be in accordance with manufacturer s recommendations. 3.3 Salvaged exit gates to be installed and tested by Contractor. Coordinate installation with SP+ (Parking Manager), Airport, and Resident Engineer. 3.3 Remove gate arm from gate salvaged from Lot C exit facility. Install new 12 aluminum gate arm on relocated gate cabinet. 3.4 Contractor shall provide electrical and communications connections to booths and revenue equipment as shown in details. 3.5 Gate and loop detectors shall be installed to allow for bi-directional opening using Airport s existing remote communication system. Coordinate installation with SP+ (Parking Manager), Airport, and Resident Engineer. 3.6 Damage to structures due to negligence or careless operation shall be repaired at no extra cost to the Owner. 4.1 Bus Exits will be measured as a unit. METHOD OF MEASUREMENT SP-100 Special Provisions

347 BASIS OF PAYMENT 5.1 The accepted quantity of Bus Exits will be paid for at the contract unit price per unit, complete in place. This shall include relocating and installing salvaged bus exits, installing new gate arms (as required), constructing loop detector systems, providing electrical and communication connections, and all other work required or incidental to the completion of this item. 5.2 Repair work to damaged or injured portions of Bus Exit made necessary due to the negligence or carelessness of the Contractor will not be paid for. 5.3 Concrete & wire mesh for gate foundation and bollards, shall be paid for under the respective items. Pay item and units: Bus Exits Unit END OF SECTION SP-101 Special Provisions

348 SPECIAL PROVISION SECTION Field Data Collection for GIS Conversion This section of these specifications is a part of the Contract Documents as defined in the Contract Articles. All applicable parts of the balance of the Contract Documents are equally as binding for this section as for all other sections. DESCRIPTION 1.1 This item includes requirements for providing aeronautical data collection and conversion associated with work Tasks herein. This includes but is not limited to collection of airfield features within the project limits for GIS conversion on accordance with FAA criteria. This work shall be performed in addition to the Record Drawings. RELATED DOCUMENTS 2.1 Federal Aviation Administration (FAA) Advisory Circular (AC) 150/ A, General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submissions to the National Geodetic Survey. 2.2 FAA AC 150/ C, Standards for Using Remote Sensing Technologies in Airport Surveys. 2.3 FAA AC 150/ B, General Guidance and Specifications for Aeroanautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards. PERSONNEL QUALIFICATIONS 3.1 This work shall be performed by a registered licensed surveyor or professional engineer in the State of New Hampshire. 3.2 The Contractor shall be experienced in: 1. Survey projects utilizing Global Positioning System (GPS) collection methods; 2. National Geodetic Survey (NGS) specifications, standards, and software; 3. Knowledge of the National Spatial Reference System (NSRS), NGS Continuously Operating Reference Stations (CORS), horizontal and vertical controls, and the High Accuracy Reference Network (HARN); 4. Using CORS data to establish geodetic ties to NSRS; 5. Establishing aerial photography, photo control points, reading and annotating information on aerial photography; SP-102 Special Provisions

349 6. Recovering marks, setting marks, and writing station descriptions of survey marks to NGS standards. COLLECTION OF DATA 4.1 The Contractor shall ensure that all relevant layers/features are collected and/or converted in accordance with Chapters 3 and 4 of FAA AC 150/ B. PREPARATION OF DELIVERABLES 5.1 The Contractor shall submit all collected data (in ACAD format), and associated required deliverables specified in FAA AC 150/ B, by MHT, and herein. This includes, but is not limited to: 1. Survey Quality Control Plan (completed prior to the start of work) 2. Final Project Report 3. Documentation required for each feature as defined by Chapter 5 of FAA AC 150/ B 4. All final processing, adjustment, or reduction files used to produce the final data. This includes the results of independent software files produced during the reduction of the final data, and any other product necessary to recreate the data. METHOD OF MEASUREMENT 6.1 Field Data Collection for GIS Conversion shall be measured as a single unit complete and accepted. BASIS OF PAYMENT 5.1 Payment shall be made at the contract unit price for the GIS Data collected, submitted and approved by the owner. This shall include compensation for all labor, equipment, and incidentals associated with collecting, analyzing, processing, reviewing and submitting this data. Pay item and units: Field Data Collection for GIS Conversion Unit END OF SECTION SP-103 Special Provisions

350 Specification No APPENDIX A SAFETY PLAN A. GENERAL Safety Plan as submitted to FAA is attached as Appendix A. The contractor shall be responsible for controlling access to the work area and insuring that airport security is maintained at all times. The FAA can impose fines of $10,000 or more for security violations and incursions into active aircraft operation areas. The contractor shall pay all fines assessed against the airport due to violations caused by the contractor and his/her personnel, subcontractors and vendors.

351 CONSTRUCTION SAFETY AND PHASING PLAN REALIGN AMMON DRIVE AND SERVICE ROAD CONSTRUCT REPLACEMENT PARKING FOR LOT C, FREUDENBERG/NOK, AND AMMON CENTER at MANCHESTER BOSTON REGIONAL AIRPORT MANCHESTER, NEW HAMPSHIRE AIRPORT IMPROVEMENT PROGRAM NO XXX 2015 HOYLE, TANNER SPECIFICATION NO March 2015 Prepared by 150 Dow Street Manchester, NH k:\093145\specs\safety plan\mht-ammon-safety plan.docx

352 Realign Ammon Drive Specification No Manchester Boston Regional Airport Realign Ammon Drive and Service Road Construct Replacement Parking for Lot C, Freudenberg/NOK, and Ammon Center Manchester Boston Regional Airport Table of Contents 1. Coordination Phasing Areas and Operations Affected by Construction Navigational Aid (NAVAID) Protection Contractor Access Wildlife Management Foreign Object Debris (FOD) Management Hazardous Materials (HAZMAT) Management Notification of Construction Activities Inspection Requirements Underground Utilities Penalties Special Conditions Runway and Taxiway Visual Aids Markings and Signs for Access Routes Hazard Marking and Lighting Protection of Areas, Zones, & Surfaces Other Limits on Construction Airport Watch Program Appendix List Key Personnel... Appendix A Airside Phasing Plan... Appendix B k:\093145\specs\safety plan\mht-ammon-safety plan.docx

353 Realign Ammon Drive Manchester Boston Regional Airport Specification No Page 1 of 11 AIRPORT DESCRIPTION / AIRCRAFT OPERATIONS Manchester Boston Regional Airport in Manchester New Hampshire (MHT) is a Part 139 commercial service airport with regularly scheduled passenger service, terminal building and air traffic control tower manned 24 hours per day. The airport has a normal airport reference code (ARC) of D IV. The airport has two paved runways: 17/35 and 6/24. Runway 17/35 dimensions are 9250 x 150. Runway 6/24 dimensions are 7650 x 150. Navigational aids for the runways are as follows: Runway 17: 4 light PAPI right MALSR Approach lights ILS DME Runway 6: 4 box PAPI left REILs ILS Runway 35: 4 box PAPI left ALSF2 Approach Lights ILS DME Runway 24: 4 light PAPI left REILs The airport also has a VOR located towards the south of the airfield. This project is not within any portion of the VOR critical area. PROJECT DESCRIPTION Currently, Ammon Drive, a public roadway lies within the Runway Object Free Area (ROFA). This project propose to move the airside service road, perimeter fence and Ammon Drive outside the ROFA. The work shall include, but is not limited to: relocating the airside service road, fencing, relocate Ammon Drive, reconstruction several automobile parking lots, parking lot lighting and drainage improvements. 1. COORDINATION Date Attendees Description December, 2012 MHT/FAA Meeting at Airport Conceptual Design Scoping February, 2013 MHT Meeting at AirportDesign Coordination May, 2013 MHT Meeting at Airport Final Design Scoping June, 2013 MHT/ Utility Companies Utility Coordination August, 2013 MHT Meeting at Airport Design Coordination September, 2014 MHT Meeting at Airport Design Coordination October, 2014 MHT/FAA Meeting at Airport Project Update December, 2014 MHT/PSNH Meeting at Airport Utility Coordination k:\093145\specs\safety plan\mht-ammon-safety plan.docx

354 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 2 of 11 Prebid Meeting: CSPP to be reviewed and discussed. Key Attendees: Airport Manager Design Engineer Bidding Contractors Preconstruction Conference: CSPP & SPCD to be reviewed and discussed. Key Attendees: Airport Engineering Manager Design Engineer Resident Engineer Contractor Superintendent Subcontractor representative(s) FAA MHT Service Sector Center (SSC) (Tech Ops) Coordinator/Technician FAA Airports Project Manager. During Construction: Daily Coordination Meeting will be held prior to starting work each day. Key Attendees: Airport Operations Resident Engineer Contractor Superintendent Weekly Project Meetings Key Attendees: Airport Operations Airport Engineering Manager Construction Manager Resident Engineer Contractor Project Manager Contractor Superintendent Subcontractor representative(s) Prior to the start of construction activities the contractor shall be required to provide a complete schedule for the project. At each of the weekly project meetings the contractor will be required to provide 2 week look ahead schedules. Should the overall schedule change during the course of construction then the overall schedule will be updated and distributed to stakeholders. 2. PHASING Phase 1 Construct Parking Lots This phase constructs parking lot improvements off line in advance of removing other existing parking areas to be demolished. Generally includes excavation, drainage, site lighting, select pavement box materials, paving and striping. Drainage will be connected to the Airside drainage system. Airport Operations will be notified a minimum of 24 hours in advance of opening a section of fence for drainage work. Phase 2 Construct off Line Roadway Improvements: This phase constructs portions of the relocated Ammon Drive, Green Drive and the vehicle service road improvements off line in advance of removing the existing roadways. Generally includes excavation, demolition, fencing, drainage, site lighting, select pavement box materials, k:\093145\specs\safety plan\mht-ammon-safety plan.docx

355 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 3 of 11 paving and striping. Phase 3 Traffic Shift to New Ammon/Green Drives: This phase constructs the remaining portions of Ammon Drive, Green Drive and the vehicle service road to allow traffic to shift to the new roadways. Generally includes excavation, demolition, fencing, drainage, site lighting, select pavement box materials, paving and striping. Phase 4 Restore Ariside: This phase removes the old Ammon Drive, vehicle service road, perimeter fence, final paving and marking for new service road, relocation of the secondary wind cone and restoration of the area with turf grass. Generally includes demolition, topsoiling and seeding. Sequence of Work Start Date: May, 2015 Completion Date: November, 2015 Duration: 7 months 3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION: Areas Affected: Phase 1 Construct Parking Lots Temporary limited openings in the existing perimeter fence for installation of drainage pipes. Temporary limited closures of the vehicle service road for installation of drainage pipes. However the service road crossings will be phased such that Emergency vehicles can pass the site unobstructed. The service road will be closed to all other users during this time frame. All work is outside the Runway Safety Area. Some of the work is within the Runway Object Free Area. Phase 2 Construct off Line Roadway Improvements: No effect on airside operations. Phase 3 Traffic Shift to New Ammon/Green Drives: No effect on airside operations. Phase 4 Restore Airside: All work is within the Air Operations Area (AOA). All work is outside the Runway Safety Area (RSA). There will be a 2 day closure of Taxiway M from Runway 6 to Taxiway M1 to construct the vehicle service road connection to Taxiway M. The vehicle service road will also be subject to a closure during this time. The closure will be scheduled with Airport Operations a minimum of 72 hours in advance of the closure. Barricade placement shall be approved by Airport Operations. Refer to Section 16 Hazard Marking and Lighting. Most of the work is within the Runway Object Free Area. There will be a temporary outage of the secondary wind cone while it is relocated outside the Runway Object Free Area. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

356 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 4 of 11 Operations Affected: Taxiway M will be closed from Runway 6 to Taxiway M1 for a 2 day period while the vehicle service road connection to Taxiway M is constructed. The Runway 6 Supplemental wind cone will be out of service while it is being relocated. Service road will have temporary closures during installation of drainage and tie ins to the new service road. 4. NAVIGATIONAL AID (NAVAID) PROTECTION: Navigational Aids will not be affected during this project and shall remain functional. 5. CONTRACTOR ACCESS: Stockpile Locations: No stockpile will be located on the airfield. Site Access: See Airside phasing plan for site access points and haul routes. Ingress and Egress Procedures: The Airport Operations will unlock and lock airport gates needed for access at the beginning and end of all shifts. The Contractor shall control all construction access through the airport perimeter gates. The gates shall be locked at all times unless continuously manned by security personnel employed by the Contractor. Haul routes and staging areas, including employee parking, for this project are be as shown on Airside phasing plan. Contractor's vehicles will not be allowed access to portions of the Airport other than the work and staging areas. All construction employee vehicles will be parked in the designated staging area. Privately owned vehicles will not be allowed on the airfield. The Contractor will be permitted to store equipment needed for the immediate work on hand within the work area as approved by the Engineer. All equipment will be parked in the staging area at the close of work each day and whenever it is not in use. All equipment booms shall be lowered at the close of each day's work or when stored. Each Contractor's motorized vehicle operating on airport property shall be equipped with an operating amber flashing beacon displayed in full view above the vehicle. The contractor s construction equipment shall have a checkered flag. The 3 x 3 flag shall be made of 1 x 1 international orange and white squares. The flag should be placed at the highest point on the vehicle to allow for an unobstructed view of the flag. Any vehicles not meeting these criteria will be denied access to the work zones until the problem is rectified. Any vehicle operating on the movement areas during hours of darkness or reduced visibility must be equipped with a flashing beacon, the color of which is in accordance with local or state codes. In addition, all Contractors vehicles shall have the company identification plainly visible on both sides of the vehicle in order to identify the vehicle. They may be applied either by using tape or a water soluble paint to facilitate removal. Magnetic signs are also acceptable. Any vehicles transporting fuel or other potentially harmful substances shall be equipped with a spill control plan and required decontamination equipment as required by Federal, State and local regulations. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

357 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 5 of 11 Radio Communications: The Air Traffic Control Tower ATCT will communicate with and update pilots as required. Radio escorts will be provided by Manchester Airport when required and will communicate with ATCT when necessary. The contractor or Resident engineer will not communicate with ATCT at any time. The Resident Engineer and Contractor superintendent will monitor air traffic ground control frequency of MHz at all times to maintain situational awareness. See Section 13, Special Conditions. Granite Frequency: Granite Channel (1): General airport operations, building maintenance and emergency frequency. Granite Channel (2): Backup frequency. Granite Channel (3): Airport law enforcement unit communications. Granite Channel (4): Airport operations and maintenance, construction coordination, and security communications. Granite Frequency Call Signs: Airport Communications Center: Granite 100 Airport Emergency contact: Granite 100 Security gate guard: Company, followed by gate number Contractor site superintendent: Company, followed by predetermined call sign/number. Airport operations representative(s): Coordinate daily on site. The ATCT will have direct communication with the Airport Operations personnel who are providing contractor escorts and operational safety over sight. This communication will take place on the MHT ground frequency. Airport Security All personnel with regular job duties and responsibilities within the Airport Operations Area (AOA), including contractors, subcontractors, general workers and/or security personnel will obtain an MHT Security Identification Badge. In addition, all applicants will attend an airport security briefing prior to being granted access to any secure area. Superintendents shall also be required to have driver training. All authorized visitors and short term workers will be issued a white temporary escorted badge. Issuance of escorted badges will be noted in the daily security access log. The log and badges will be returned to airport operations at the close of each work day. The contractor s MHT badged supervisor(s) are required to coordinate AOA escort assignments with airport operations. An escorted worker will be informed (by the contractor) as to their MHT badged escort and will at all times remain within line of sight and within control of the escort. All personnel and vehicles that are granted access to the AOA will submit to random security inspections conducted by airport law enforcement, security, operations, and Transportation Security Administration personnel. Random inspections may occur at any time and may take place at the perimeter gates, on the AOA, and/or within other secure areas of the airport. Mirrors will be used to ensure a thorough inspection of the undercarriage of vehicles. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

358 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 6 of 11 Security Gates 38 and 39 will be manned by an Airport approved security guard during normal business hours. The following procedures will be followed for contractor access: a. Gate guards will have an approved means of communication i.e. granite radio contact with his/her supervisors, the contractor, airport operations, and Airport Communications in the event of an emergency. b. Vehicle Inspections will take place on the public side of the security fence prior to the gate being opened. c. All personnel entering an AOA access gate will sign the daily security/aoa access log (once per day for all personnel except when leaving the secured area or hauling material off site). The daily log will be maintained by the gate guard and turned over to airport operations at the close of each work day. d. During periods of minimal activity gates shall be secured or have the gate guards vehicle parking across the gate such that a vehicle cannot get by. 6. WILDLIFE MANAGEMENT The Airport will mitigate wildlife hazards during construction as follows: Trash: The Contractor shall keep the construction site free of paper, boxes, litter, and other debris which could be blown onto the runways and taxiways and aircraft operating areas. All trash must be disposed of in an appropriate manner off site. Wildlife Sightings: The Resident Engineer and/or Superintendent will immediately notify Airport Management by phone of wildlife sited on the airfield. See Section 9, Notification of Construction Activities, for notification procedures. 7. FOD MANAGEMENT: The Airport will manage foreign object debris (FOD) control during construction as follows: Housekeeping: All construction personnel will secure any items that may be carried by wind onto the air operations area (AOA). See Section 5, Contractor Access, regarding stockpile locations. Airfield: All construction vehicle drivers will enter AOA paved areas from local streets only; construction vehicles will not transverse from non paved surfaces to AOA paved surfaces. See Section 5, Contractor Access, for access routes. The Contractor will immediately sweep or otherwise remove any FOD located on an AOA paved surface. See Section 10, Inspection Requirements. The Contractor shall furnish and retain, at the construction site, equipment for the application of water to control dust within the construction site and on haul roads. The equipment shall be equipped with a shut off control valve that can be operated from the cab by the operator. The Contractor shall apply water for dust control as necessary to prevent dust from the k:\093145\specs\safety plan\mht-ammon-safety plan.docx

359 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 7 of 11 construction site and/or haul roads from being a hazard to aircraft and from being a nuisance to the public and as directed by the Engineer. 8. HAZMAT MANAGEMENT: The Airport will manage hazard material transported during construction as follows: Fuel or Hydraulic Fluid Spills: All Contractors vehicles shall have hazmat placards plainly visible on both sides of the vehicle. Any vehicles transporting potentially harmful substances shall be equipped with a spill control plan and required decontamination equipment as required by Federal, State and local regulations. The Contractor will immediately notify the Airport Communications Center by phone of all spills. See Section 9, Notification of Construction Activities, for notification procedures. Fueling: All construction vehicles will be fueled in the staging area. Other HAZMAT: No other hazardous material is expected to be transported on site during construction. 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES: Contact List and Emergency Notification: The Contract List of Airport and Consultant personnel and emergency contacts are located in Appendix A. Contractor contacts will be included in the SPCD. The Contractor shall be required to submit a tentative schedule as described in Section 1, Coordination. The schedule shall be given to the Airport prior to 72 hours in advance of the commencement of work. A 72 hours lead time is required by the Airport and FAA to issue a proper Notice to Airmen (NOTAM) of the pending construction activities. To facilitate the specific requirements and intent of this section, the Contractor shall prepare a schedule of operations for the project. The schedule shall be subject to the approval of the Engineer, and shall include as a minimum, the following: Major work items to be accomplished. Subcontractors to be on site. Number of personnel to be on site. Type and quantity of equipment to be on site. Areas of the site where construction is scheduled. Any anticipated closing of facilities that will be required. Any anticipated power outages and/or system to be inoperable including anticipated length of downtime in hours. Other information requested by Aviation Services Manager or the Engineer. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

360 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 8 of 11 The primary contact, for construction activities, will be the Resident Engineer. The contacts for the airport will be as assigned by Airport Management. All emergencies shall be directed to 911 or the Airport Communications Center at (603) FAA Notification: The Airport will submit a 7460 case for construction equipment. The Airport will notify MHT SSC officials (see Contact List, Appendix A) as required by Section 4, Navigational Aid (NAVAID) Protection, and Section 11, Underground Utilities. Airport User Notification: Airport Management has been in contact with affected parties throughout the project. Airport Management will notify the airport users of the proposed construction activities via telephone, flyer, or . NOTAMs: Airport Management will issue all NOTAMs through the enotam system, except as noted below. The FAA will issue all FAA facility related and Flight Procedure related NOTAMs. Morning Safety Meetings Safety and coordination meetings will be held every morning prior to beginning construction operations for the day. They will be located on the construction site and attended by Airport Operations, the Resident Engineer and the Construction Superintendent. The primary purpose is to discuss construction operations for the day and any safety issues that need resolution. 10. INSPECTION REQUIREMENTS: Airport Requirements: Airport Operations will inspect all closed paved surfaces prior to opening to air traffic operations. The entire work area should be inspected for foreign object debris (FOD) periodically throughout the workday and at the end of each day s work. Refer to Section 7, Foreign Object Debris (FOD) Management, for corrective measures. If emergency maintenance is required after work hours, refer to Section 9, Notification of Construction Activities and Key Personnel for primary contact procedures and information. As soon as the work is completed, the area shall be cleaned and made available for inspection. The Airport shall inspect all work areas prior to reopening Taxiway and associated areas to aircraft operations. The Airport Operations will conduct a final inspection. Resident Engineer (RE) Requirements: The RE will conduct inspection of the worksite(s) at the end of all daily work shifts and at the request of Airport Management. The RE will attend the final inspection. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

361 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 9 of 11 Contractor Requirements: The Contractor Superintendent will conduct routine inspections of the worksite(s) to ensure compliance with the CSPP and SPCD. The Contractor Superintendent will attend the RE s daily inspections and the final inspection. 11. UNDERGROUND UTILITIES FAA and Airport Utilities Locations of utilities and underground cables shown are based on record documents and field survey. The accuracy of the utility locations is not guaranteed. Prior to commencement of any excavation, the Contractor shall verify the utility locations. The Contractor will coordinate all work on and in the vicinity of the underground utilities and cables with the Engineer and Airport. Utility Damage Should the Contractor encounter any damaged utilities he is to contact the Engineer immediately who will in turn notify the Airport Management. Should the Contractor damage any underground utilities he will suspend all construction activity and notify the Resident Engineer. See Section 9, Notification of Construction Activities, for notification requirements. Municipal Utilities: The Contractor superintendent will contact Dig Safe to delineate all municipal utilities a minimum of seven days prior to any excavation work. 12. PENALTIES: Construction Suspension: Airport Operations will immediately suspend all construction if and when: A Contractor or subcontractor employee enters the Air Operations Area (AOA) outside of the designated work area. Any unescorted construction vehicle operates on any active AOA surface. The Airport Manager will allow construction work to resume only when the discrepancy is corrected to her satisfaction. The penalty for non compliance with the airport rules, regulations and/or safety plans shall be suspension of driving privileges and or suspension of airport access. The Contractor shall be responsible for controlling access to the work area and insuring that airport security is maintained at all times. The FAA can impose fines of $10,000 or more for security violations and incursions into active aircraft operation areas. The Contractor shall pay all fines assessed against the airport due to violations caused by the Contractor and his/her personnel, subcontractors and vendors. Any construction related runway incursion, as described in Section 13, Special Conditions will require immediate suspension of all construction activity on the airport until a thorough investigation on cause is completed. Expulsion of Non compliant Employees: The Airport Management may permanently prohibit any consultant or contract employee acting in violation with airport rules and regulations from entering or working on airport k:\093145\specs\safety plan\mht-ammon-safety plan.docx

362 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 10 of 11 property. 13. SPECIAL CONDITIONS: Aircraft in Distress: Airport Management, the Resident Engineer, and/or the Contractor Superintendent will immediately clear all construction personnel of all runways and approach areas upon monitoring a distress call on the airport ground frequency. See Section 5, Contractor Access, for ground frequency monitoring requirements. Aircraft Accident: The Contractor will notify the Airport of any suspicious persons or behavior on airport property. No unauthorized vehicles shall enter through the construction access gates. There are four categories of runway incursions: Category A is a serious incident in which a collision was narrowly avoided. Category B is an incident in which separation decreases and there is a significant potential for collision, which may result in a time critical corrective/evasive response to avoid a collision. Category C is an incident characterized by ample time and/or distance to avoid a collision. Category D is an incident that meets the definition of runway incursion such as incorrect presence of a single vehicle/person/aircraft on the protected area of a surface designated for the landing and take off of aircraft but with no immediate safety consequences. Incursions will be prevented by thorough training of ground vehicle operators; radio communication; coordination among all parties; and clearly marking the boundaries of construction operations established in this safety plan. Construction related runway incursion will be subject to penalties as described in Section 12, Penalties. All construction personnel will immediately vacate airport property and remain off until cleared by the Airport Management. Vehicle / Pedestrian Deviation (V/PD) Airport Management may temporarily suspend construction on the Air Operations Area (AOA) in the event of a non construction related V/PD. See Section 12, Penalties, for construction related V/PD procedures. 14. RUNWAY AND TAXIWAY VISUAL AIDS: The Contractor will delineate work areas that abut the AOA with traffic cones, as indicated on Airside phasing plan. 15. MARKINGS AND SIGNS FOR ACCESS ROUTES: Markings: There are no markings or signs proposed for the contractor haul routes. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

363 Realign Ammon Drive Manchester Boston Regional Airport Specification No CSPP 11 of HAZARD MARKING AND LIGHTING Phases 1 and 4 Use traffic cones, to separate all construction areas from the runway safety area. Barricades, as shown on Airside phasing plan in Appendix B, will delineate taxi routes that are not available to air traffic and will ensure that the Contractor s vehicles will not interfere with airport operations. 17. PROTECTION OF AREAS, ZONES, & SURFACES: The airport will remain open during the project. Construction equipment will not penetrate any approach or departure surface. See Section 9, Notification of Construction Activities, for 7460 case file information. All Safety Areas (SAs), Object Free Areas (OFAs) and Obstacle Free Zones (OFZs) will be protected from construction activity by the temporary barricades described in Section 16, Hazard Marking & Lighting, and as depicted on Airside phasing plan. The Contractor will be responsible to instruct all workers and subcontractors on where travel is permitted on the airport property. The Contractor will also instruct all sub consultants on the vehicle identification requirements as described in Section 16, Hazard Marking & Lighting. Open trenches or excavations are not permitted within the safety area adjacent to active Runways or Taxiways. Open trenches or excavations must be prominently marked. 18. OTHER LIMITS ON CONSTRUCTION: Prohibitions: Cranes and other tall equipment will not be deployed without a 7460 approval determination letter. Open flame welding, torches, electrical blast caps, and flare pots will not be used at any time. Smoking is not allowed on the AOA. Restrictions: Calendar days are consecutive. Once work has begun in an area the area must be worked continuously until the work area is complete. See Section 2, Phasing for restrictions on calendar days for each phase of the project. The Contractor s work hours will be limited to 7:00 AM to 8:00 PM, Monday through Friday. No work shall be permitted on Sundays or legal holidays except in cases of emergency. No work will be permitted at night unless approved by the Airport and sufficient lighting is provided to ensure a comparable degree of accuracy, workmanship, and conditions regarding safety as would be obtained in daylight. 19. AIRPORT WATCH PROGRAM. The Airport Watch Program was established to visually remind all airport employees, users, and tenants of their role in maintaining a safe and secure airport. If you see something suspicious, report it to your supervisor and to the airport communications center immediately. With the willing assistance of many watchful eyes and alert ears, the airport will remain a safe and secure environment for travelers, employees, contractors, and the general public. k:\093145\specs\safety plan\mht-ammon-safety plan.docx

364 Realign Ammon Drive Specification No Manchester Boston Regional Airport Appendix A KEY PERSONNEL KEY PERSONNEL & CONTACT LIST Michael Legere Airport Operations Manchester Boston Regional Airport Office: (603) Operations and Maintenance Cell: (603) Kelly Avenue Fax: Manchester, NH E Mail: mlegere@flymanchester.com Carlton Braley Airport Maintenance, Airside Manchester Boston Regional Airport Office: (603) Operations and Maintenance Cell: (603) Kelly Avenue Fax: Manchester, NH E Mail: cbraley@flymanchester.com John Adams Building Superintendent Terminal Building Office x146 1 Airport Road, Suite 300 Cell: Manchester, NH Fax: E Mail: jadams@flymanchester.com Communications Office (24 hour line) Non Emergency (603) Emergency (603) Richard Fixler Airport Engineering Manager Engineering and Planning Office: (603) x519 6 Industrial Drive, Suite 200 Cell: Londonderry, NH Fax: E Mail: rfixler@flymanchester.com Air Traffic Manager, MHT ATC 8 Ammon Drive Office: (603) Manchester, NH Cell: Craig Pankey BCT MHT SSC A Manager, Acting FAA Granite State SSC Office: (603) Robert Milligan Pkwy Cell: Merrimack, NH Darren McCranie Manchester SSC B Manager FAA Granite State SSC Office: (603) Robert Milligan Pkwy Cell: Merrimack, NH Bob Siris FAA Project Manager FAA Airports Division ANE 600 Office: New England Division Cell: 12 New England Executive Park E mail: bob.siris@faa.gov Burlington, MA Contractor Project Manager: TBD Contractor s Point of Contact: TBD Radio: Manchester Ground (ATCT): MHz UNICOM Frequency MHz Police (Manchester Airport): Non Emergency: (603) Emergencies: CALL 911 or Comm Cntr (603) Fire (Manchester Airport): Non Emergency: (603) Emergencies: CALL 911 or Comm Cntr (603) k:\093145\specs\safety plan\mht-ammon-safety plan.docx

365 Realign Ammon Drive Specification No Manchester Boston Regional Airport Appendix B AIRSIDE PHASING PLAN k:\093145\specs\safety plan\mht-ammon-safety plan.docx

366

367 Specification No APPENDIX B SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) This document MUST be submitted and approved prior to the Notice to Proceed being issued. Name of Contractor: Project Name: Realign Ammon Drive and Service Road Construct Replacement Parking Lotfor Lot C, Freudenberg/Nok, and Ammon Center Manchester Boston Regional Airport, Manchester, NH Please check appropriate box for each of sections. If the Construction Phasing and Safety Plan will be followed without exception for any given topic, the No Supplemental Information box may be checked. If not, provide supplemental information components and comment as applicable (add attachments as needed). Any comments below will be discussed and require approval of the Airport prior to issuance of a Notice to Proceed. (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor and subcontractor employees. No Supplemental Information Supplemental Information as follows: (2) Phasing. Discuss proposed construction schedule elements: No Supplemental Information Supplemental Information as follows: (a) (b) Planned duration of each phase Please provide anticipated duration for each work phase via attachment. Daily start and finish of construction, including night only construction (c) Duration of construction activities during: (i) Normal runway operations (ii) Closed runway operations (iii) Modified runway Aircraft Reference Code usage (3) Areas and operations affected by the construction activity. These areas and operations are identified in the CSPP. No Supplemental Information Supplemental Information as follows:

368 Specification No (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. No Supplemental Information Supplemental Information as follows: (5) Contractor access. Provide the following: No Supplemental Information Supplemental Information as follows: (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) (c) (d) Listing of individuals requiring driver training (for certificated airports and as requested). 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. Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: No Supplemental Information Supplemental Information as follows: (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. No Supplemental Information Supplemental Information as follows:

369 Specification No (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. No Supplemental Information Supplemental Information as follows: (9) Notification of construction activities. Provide the following: No Supplemental Information Supplemental Information as follows: (a) (b) (c) Contractor points of contact Contractor emergency contact Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting forms not previously submitted by the airport operator (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. No Supplemental Information Supplemental Information as follows: (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. No Supplemental Information Supplemental Information as follows: (12) Penalties. Penalties are identified in the CSPP.

370 Specification No No Supplemental Information Supplemental Information as follows: (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP as required. No Supplemental Information Supplemental Information as follows: (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: No Supplemental Information Supplemental Information as follows: (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 (VGSI) (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. No Supplemental Information Supplemental Information as follows: (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. No Supplemental Information Supplemental Information as follows:

371 Specification No (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: No Supplemental Information Supplemental Information as follows: (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 These are identified in the CSPP. No Supplemental Information Supplemental Information as follows: I have read the Project CSPP for the above referenced project, approved by FAA on, 2012, and will abide by it as written and with additions and changes as noted and as approved by the Airport Date Signature Printed Name and Title

372 Specification No APPENDIX C GEOTECHNICAL ENGINEERING REPORT

373 GEOTECHNICAL ENGINEERING REPORT PROPOSED AMMON DRIVE REALIGNMENT MANCHESTER BOSTON REGIONAL AIRPORT LONDONDERRY & MANCHESTER, NEW HAMPSHIRE Prepared for: Hoyle, Tanner & Associates, Inc. Manchester, New Hampshire Prepared by: HTE Northeast, Inc. Bedford, New Hampshire Project No October 17, 2013 Copyright 2013 HTE Northeast, Inc.

374 October 17, 2013 Project No Mr. Stephen B. Haas, PE Hoyle, Tanner & Associates, Inc 150 Dow Street Manchester, New Hampshire RE: Geotechnical Engineering Study Proposed Ammon Drive Realignment Manchester-Boston Airport Londonderry and Manchester, New Hampshire HTA Project # Dear Stephen: HTE Northeast, Inc. (HTE) is pleased to submit herewith our Geotechnical Engineering Report for the above-referenced project. This work was performed in accordance with our proposal P-9650 dated April 29, We trust that the data developed, our conclusions and our recommendations as outlined in this report will be responsive to your needs at this time. We appreciate the opportunity to be of service to your office on this important project for Manchester-Boston Airport. HTE will contact your office in a few days to see if you have any questions. In the interim, please do not hesitate to contact the undersigned should you have any questions, if we can be of further assistance or for further information as necessary. Very truly yours, HTE NORTHEAST, INC. Erich A. Adler, EIT, CESSWI Project Manager Roger B. Keilig, PE, PG, CPESC Sr. Project Manager V:\4000\49\4975 MBArpt\Report\Final Report \4975 geo.rpt doc

375 TABLE OF CONTENTS (Page 1 of 2) 1.00 INTRODUCTION Objective of Study Scope of Services Site Description Project Description SUBSURFACE EXPLORATIONS Test Pits Test Borings Asphalt Cores SUBSURFACE CONDITIONS Topsoil/ Loam Fill Existing Fill Deposits Floodplain/Stream Deposits Fluvial Deposits Groundwater IMPLICATIONS OF SUBSURFACE CONDITIONS Topsoil/ Loam Fill Fill Deposits Floodplain/Stream Deposits Fluvial Deposits Groundwater DESIGN CONSIDERATIONS Pavement Section Saturated Permeability Values EARTHWORK CONSIDERATIONS Groundwater Pavement Section Freezing Conditions Subgrade Stabilization Unsuitable Materials and Proofrolling Materials, Placement and Compaction Materials Reuse Excavation Safety Considerations...11

376 TABLE OF CONTENTS (Page 1 of 2) 7.00 CONSTRUCTION MONITORING REVIEW OF FINAL PLANS...12 TABLES Table 1 Summary of Asphalt Cores...4 Table 2 Summary of Asphalt Cores FIGURES Figure 1 Subsurface Exploration Location Plan APPENDICES Appendix A Appendix B Appendix C Appendix D Appendix E Limitations HTE Test Pit Logs HTE Test Boring Logs Asphalt Core Lab Reports Laboratory Sieve Analysis Reports

377 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No INTRODUCTION It is HTE's understanding that the project entails the re-alignment of Ammon Drive (3,000 ± length) which is situated to the northwest side of the Manchester-Boston Airport (M-B Airport) in Londonderry and Manchester, N. H. The project involves full-box roadway construction and construction of a new closed drainage system, which will include outlet to a new infiltration storm water pond, to be situated southwest of Parking Lot C. Concurrent with this work, Gove Environmental Services performed a Site-Specific Soil Survey (SSSS), which has been forwarded to your office, along with a Certified Soil Scientist (CSS) stamped SSSS plan, under separate cover. This report has been prepared for Hoyle, Tanner & Associates, Inc in accordance with HTE s Proposal No. P-9650 dated April 29, Included in this report is a summary of subsurface explorations performed, subsurface conditions observed and the geotechnical implications of these conditions with respect to the design and construction of the proposed residential facility. Please note that this report is subject to the Limitations on Work Product contained in Appendix A. It is important to note that this report and the subsurface conditions outlined herein pertain only to those immediate areas where subsurface explorations were performed and should not necessarily be considered to be representative of soil conditions throughout the whole of the site, or in areas where test borings or test pits were not performed Objective of Study The objective of our services was to explore subsurface conditions within the vicinity of the proposed roadway realignment and in the area of the proposed infiltration pond Scope of Services The scope of services performed by HTE to meet the above stated objectives included the following: a) HTE coordinated and executed a subsurface exploration program consisting of 1) four asphalt cores, 2) six test pits, and 3) eight shallow test borings with installation of wells to perform saturated permeability testing. Test pit logs prepared by HTE are included as Appendix B, and Test boring logs prepared by HTE are included as Appendix C. b) Extraction and gradation of the completed asphalt cores, laboratory reports of these extraction and gradations are included in Appendix D.

378 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 2 c) An overall discussion of site subsurface conditions was developed. The locations where unsuitable materials were encountered were evaluated. d) Completion of borehole infiltration tests in the installed wells to determine a field and design infiltration rate (Ksat value). e) Recommendations for subgrade soil preparation, gradation and material specifications for fill and backfill, compaction requirements, and earthwork considerations have been provided based on exploration data. f) Specific recommendations regarding soil excavation and reuse considerations are given. g) Construction considerations regarding excavation and earthwork to be considered during the construction-phase of this project have been provided. Services with respect to performing additional subsurface explorations inspection, additional soil laboratory testing, soil or groundwater chemical analyses, environmental services, preparation of plans and specifications, construction cost estimates, rock/obstruction coring, construction quality control, and any other services not specifically outlined herein are not included in our geotechnical engineering scope of services at this time Site Description The existing conditions referenced herein are based on review of the provided site plan as well as HTE s site observations. The proposed realignment is to take place within the airport property in an area that is currently clear and level. Various existing parking areas and landscaped areas will be re-configured to achieve the realignment. The majority of the realignment is at EL Project Description Descriptions of the proposed development referenced herein are based on conversation with representatives of Hoyle, Tanner & Associates (HTA). HTE understands the re-alignment of Ammon Drive (3,000 ± length) involves full-box roadway construction and construction of a new closed drainage system which will include outlet to a new infiltration storm water pond to be situated southwest of Parking Lot C.

379 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No SUBSURFACE EXPLORATIONS Six Test Pits, four Pavement Cores and eight Test Borings were performed for this project. Subsurface exploration locations for the proposed realignment and infiltration pond were laid out in the field by HTA Test Pits On July 18, 2013, HTE coordinated and observed an initial subsurface exploration program consisting of six test pits, designated TP-1 to TP-6. The test pits were performed by AMCO, LLC of Hooksett, New Hampshire with a CAT 416 rubber-tire back-hoe excavator on July 18, The locations of the test pits are indicated on Figure 1 attached. The test pit depths ranged from about 6 ± to 7½ ±. Logs of the test pit explorations, as prepared by HTE and based on the Burmister Soil Classification System, are enclosed as Appendix B, USCS soil classifications are also given. The existing overburden soils encountered in the test pit explorations were noted to consist generally of the following: 1 ± to 1¾ ± of loam fill (except for TP asphalt, TP-5 granular fill). Variable other unsuitable fills to depths of 2¾ ±. Unsuitable organic ( floodplain ) soils (e.g., from 2 ± to 3 ± in TP-1 and from 2¼ ± to 3 ± in TP-2). These soils underlain by poorly-graded fine fine/medium fine/coarse sands that are considered granular fluvial deposits. Groundwater was not observed in any of the test pits, except for TP-2, at 7.2 ± Test Borings On September 5 and 6, 2013 HTE coordinated and observed a subsurface exploration program consisting of eight test borings with the installation of PVC casing to perform borehole infiltration tests in compliance with the NH Code of Administrative Rules ENV-WQ The test borings and well installations were performed by Great Works Test Boring, Inc. of Rollinsford, New Hampshire. Logs of the test boring explorations, as prepared by HTE and based on the Burmister Soil Classification System, are enclosed as Appendix C. The existing overburden soils encountered in the test boring explorations were noted to consist

380 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 4 generally of the following: From 7 to 12 feet tan to light tan, medium to fine sand trace fine gravel, consistent with the findings of the test pits. No additional samples were taken. Groundwater was observed to be between 9.2± and 10.5± feet below ground surface. The test borings were drilled using standard solid stem auger (SSA) techniques to depths of 12± feet each. Standard Penetration Tests (SPTs) were performed in each test boring in general accordance with ASTM D 1586; with split spoon (SS) samples recovered generally near the depth of practice for the proposed infiltration pond. The SPT consists of driving a 1 3 / 8 inch I.D. split spoon sampler using a 140 pound hammer falling 30 inches. The blows for each 6 inch interval of penetration are recorded for a total of 18 to 24 inches. The sum of the blows required to drive the sampler from 6 inches to 18 inches of penetration is referred to as the Standard Penetration Resistance, or N-value, which is an index measure of in-situ soil density or consistency Asphalt Cores On July 22, 2013 HTE coordinated and observed the performance of four 6 Ø pavement cores along existing roadway and parking lot areas. The asphalt cores were performed by Geotechnical Services, Inc. (GSI) of Weare, New Hampshire. The locations of the asphalt cores, designated C-1 to C-4, are indicated on Figure 1. A summary of the cores is presented in Table 1. The pavement thicknesses ranged from 3½ ± to 7¾ ±, with the wearing course thicknesses ranging from about 1¼ ± to 4½ ± and the binder course thickness ranging from about 2 ± to 3½ ±. Core Number TABLE 1 Summary of Asphalt Cores Diameter (in) Total Thickness (in) Wear Course (in) Binder (in) C C C C The results of the asphalt extractions (refer to the attached Extraction Reports by GSI in Appendix D indicate an average asphalt content of 7.5%

381 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No SUBSURFACE CONDITIONS The existing overburden soils encountered in the explorations were observed to consist generally of topsoil/ loam fill over granular fill in turn underlain by granular fluvial materials. A more detailed discussion of encountered soil conditions is outlined below and provided on the individual exploration logs Topsoil/Loam Fill Topsoil/Loam Fill was encountered in each test pit except TP-4 (conducted in asphalt) and TP Existing Fill Deposits In-place granular fill materials were encountered in every test pit to depths of up to about 2.8± feet below existing ground surfaces. In general the fill materials consist of fine to coarse sand with varying amounts of gravel and with varying amounts of silt Flood Plain/Stream Deposits Floodplain/stream deposits were encountered TP-1 and TP 2 to depths of 2.5 to 3.0 feet respectively. These deposits generally consist of black and grey medium to fine sand with varying amounts of silt and trace wood particles Fluvial Deposits Fluvial deposits, likely glacial in origin, were encountered in each exploration below the fill or floodplain/stream deposits. These deposits generally consist of brown to light tan, medium to fine sand with trace silt and gravel. Representative infiltration basin subgrade soil samples (of these fluvial deposits) were selected from three of the test borings an laboratory gradation (sieve) tests per ASTM D442/D1140. The results of these soils laboratory tests can be found in Appendix E Groundwater Non-equilibrated groundwater observed in TP-2 at a depth of 7.2 (approx. EL 212.8) groundwater was not encountered in any other test pit. Non-equilibrated groundwater observed in each test boring

382 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 6 from 9.2 ± to 10.5 ± below ground surface. It should be considered likely that higher groundwater levels may occur during typical wetter periods of the year (e.g., spring) and during and after periods of precipitation and snowmelt. It is important to note that long term fluctuations in groundwater should be anticipated to occur with variations in precipitation, snowmelt, site development, and other factors not present during the exploration program IMPLICATIONS OF SUBSURFACE CONDITIONS 4.10 Topsoil/Loam Fill The topsoil is predominately comprised of organic silts and sands as such is unsuitable to remain under proposed pavement support materials (pavement section). These materials should be completely removed from below all pavement section areas Fill Deposits As all encountered fill was likely placed in an uncontrolled manner, these materials should be completely removed from below all pavement section areas and infiltration areas Flood Plain/Stream Deposits These deposits contain wood fragments as such unsuitable to remain under proposed pavement support materials. These materials should be completely removed from below all pavement areas, and also from beneath the infiltration areas Fluvial Deposits The natural granular fluvial deposits are considered acceptable for direct support of pavement support material after proof-rolling as discussed in section Relative to the infiltration pond design, the fluvial deposits have relatively high hydraulic conductivities. Further information on this is presented in section 5.20 (Ksat testing results) Groundwater Based on the groundwater depths encountered at the time of the exploration program, HTE anticipates that significant groundwater will not be encountered during construction, except possibly during construction of the on-site infiltration pond. However, the Contractor should be prepared to perform filtered dewatering and/or subgrade stabilization, as required and as recommended herein.

383 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 7 It is important to note that long term equilibrated groundwater measurements were not obtained in the explorations, except as noted above, and that fluctuations in groundwater should be anticipated to occur with variations in precipitation, snowmelt, site development and other factors not present during the exploration program. Groundwater fluctuations of several feet should be anticipated due to seasonal perched conditions DESIGN CONSIDERATIONS Based on the test boring data developed as part of this geotechnical engineering study, HTE recommends that the proposed roadway be supported as outlined below Pavement Section HTE recommends the following pavement section is recommended (beneath wearing and binder courses): a) 6 crushed gravel, b) 12 gravel, and c) 12 sand (if not already present as granular fill). Reference NHDOT for all materials. The fluvial soils are considered Frost Group F2 soils (lesser frost potential). All existing topsoil, forest mat, subsoil and any other deleterious materials (i.e. roots, stumps, woodchips, organics, etc.) should be completely removed from below all pavement section areas, and be replaced with new compacted Embankment Fill meeting the requirements of AASHTO M57, as outlined in NHDOT Standard Specification Section 203. Removal should be from the zone-of bearing (zone that is within 1H:1V extending downward and outward from outer shoulder edge). Once all deleterious materials are removed and replaced with compacted embankment fill they will provide a Soil Support Value of Saturated Permeability Values Infiltration tests were performed on September 11 & 19, 2013 resulting in observed saturated permeability (Ksat) values ranging from 2.6± inches per hour to 24 inches per hour. These field measurements result in design Ksat values from 1.3 inches per hour to 12 inches per hour. A summary of observed and designed values can be found in the attached Table 2. The results for wells #2 and #5 were not considered representative of the subgrade (receiving layer) conditions, as the test boring data indicated generally consistent clean fine to medium sands throughout at practice depth.

384 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No EARTHWORK CONSIDERATIONS 6.10 Groundwater Based on the groundwater depths encountered at the time of the exploration program, HTE anticipates that significant groundwater will not be encountered during construction, except possibly during construction of the on-site infiltration pond. However, the Contractor should be prepared to perform filtered dewatering and/or subgrade stabilization, as required and as recommended herein. It is important to note that long term equilibrated groundwater measurements were not obtained in the explorations, except as noted above, and that fluctuations in groundwater should be anticipated to occur with variations in precipitation, snowmelt, site development, and other factors not present during the exploration program. Groundwater fluctuations of several feet should be anticipated due to seasonal perched conditions Pavement Section HTE recommends that pavement section be supported either: a. Directly on proofrolled and compacted suitable natural fluvial deposits; or b. On new Embankment Fill (compacted) placed directly over suitable proof-rolled fluvial deposits. All existing topsoil, forest mat boulders, abandoned utilities, overblast or loose rock material, demolition debris and any other deleterious materials should be completely removed from pavement areas, to encounter with suitable natural subgrades. All new replacement and/or raise-in-grade Embankment Fill (compacted) required below pavement section should meet the requirements given in Section 6.70; and should be placed in maximum 12 inch loose lifts and compacted to a minimum of 95% of maximum dry density per ASTM D 1557 or AASHTO T-99. The contractor should be required to maintain a dry stable-working soil subgrade bottom during construction. Ground surface grades in the vicinity of the excavations should be graded to promote positive drainage away from the open excavations Freezing Conditions During freezing conditions, additional care must be exercised during construction to prevent disturbance of the soil subgrades and to achieve the required degree of fill compaction. The subgrades and each lift of backfill should be compacted before the subgrade or backfill can freeze.

385 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 9 Frozen material should not be placed as backfill, nor should backfill be placed on frozen soil. If, during construction, the top layer of soil becomes frozen, the frozen soil should be removed before backfill or foundations are placed on it. When the air temperature is below 28º F, the contractor should not be allowed to place fill or expose final subgrades unless special procedures, approved by a qualified Engineer, are used to prevent freezing. If footings are built and left exposed during the winter season, precautions should be implemented to prevent damage due to frost heave Subgrade Stabilization Due to the moderately sensitive nature of the in-situ fluvial soils, excessive precipitation, runoff, perched water, subgrade disturbance or other construction phase conditions can result in areas of subgrade instability (i.e. weaving, pumping, etc.). Fill (compacted) should not be placed over any unstable subgrade surfaces. Should an area of unstable subgrade be encountered, the area should either: a. If time permits, be left undisturbed until it has dried sufficiently to allow compaction to a minimum of 95 percent of maximum dry density per ASTM D 1557 and remain in a stable condition; or b. Be locally over-excavated as necessary and replaced with a minimum 12-inch thick layer of compacted NH-DOT #67 Graded Coarse Aggregate underlain and then enveloped by a medium duty non-woven geotextile fabric such as Mirafi 160N; The need for over-excavation and replacement of unstable subgrade soils should be assessed by a Qualified Engineer Unsuitable Materials and Proofrolling Prior to any new fill placements, all existing fill, organic topsoil deposits, subsoil, asphalt, stumps, roots, boulders, abandoned utilities, demolition debris and any other deleterious materials should be completely removed from below the previously defined pavement support bearing zone (and of all footings as applicable) down to encounter with suitable undisturbed natural soils or suitable approved fractured/weathered rock or competent rock surfaces. Proofrolling should be generally performed (pending Qualified Engineer assessment) on all suitable natural subgrades prior to placement of Fill (compacted). Proofrolling will allow a Qualified Engineer to evaluate for the presence of any soft, weaving or unsuitable surficial or underlying existing materials prior to placement of overlying fill materials.

386 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 10 Proofrolling should be performed with a minimum of four passes using a steel drum roller with a minimum static weight of 10 tons, without the use of vibratory action for at least the first coverage sequence. Any subgrade areas observed to be soft, weaving or otherwise unsuitable following proofrolling operations should be addressed as outlined in Section Following satisfactory proofrolling, the upper 12 inches of all subgrade surfaces should be compacted to a minimum of 95 percent of maximum dry density per ASTM D 1557 or AASHTO T- 99. At the discretion of a Qualified Engineer, the proofrolling may be suspended if soil moisture conditions are observed to interfere with the proofrolling operations Materials, Placement and Compaction Select fill materials below roadways shall meet the requirement of NHDOT Sand for roadway sand fill, NHDOT Gravel for roadway sub-base and NHDOT Crushed Gravel for roadway base course below proposed pavement. Embankment Fill material shall meet the requirements of AASHTO M57, as outlined in NHDOT Standard Specification Section 203, which are presented below: AASHTO M57 SIEVE SIZE PERCENT FINER BY WEIGHT 6.70 Materials Reuse 1 1/2 inch inch ½ inch No No It is anticipated that portions of the excavated existing on-site fluvial soils and fills may potentially be suitable for reuse as new Sand Fill or Embankment Fill (compacted) and/or other specified fill materials, provided that they meet the gradation requirements of Section 6.60 and are approved by the qualified Engineer. The Contractor should consider additional efforts that will be required to screen out boulders and cobbles, and to reduce the moisture content of excessively wet excavated soils prior to placement and compaction.

387 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 11 All potentially re-usable materials should be segregated and reused only following approval by a Qualified Engineer. All excessively wet, silty material, organic and foreign debris should be removed from all material prior to approval for reuse Excavation Safety Considerations Deep excavations will be necessary for construction of underground utilities. As an alternative to temporary slopes, vertical excavations can be temporarily shored. The Contractor or the Contractor s specialty subcontractor should be responsible for the design and adequacy of any temporary shoring in accordance with all applicable regulatory requirements. The Owner and Contractor should make themselves aware of and become familiar with applicable local, state and federal safety regulations, including the current Occupational Safety and Health Administration (OSHA) Excavation and Trench Safety Standards. Construction site safety generally is the sole responsibility of the Contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The Contractor should be aware that slope height, slope inclination, and excavation depths, including utility trench excavations, should in no case exceed those specified in local, state or federal safety regulations (i.e. OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926) and all successor regulations. Such regulations are strictly enforced and, if they are not followed, the Owner, Contractor, and/or earthwork and utility subcontractors may be liable for substantial penalties. HTE is providing this information solely as a service to Hoyle, Tanner & Associates, Inc. Under no circumstances should the information provided herein be interpreted to mean that HTE is assuming responsibility for construction site safety or any Contractor activities; such responsibility is not being implied and should not be inferred CONSTRUCTION MONITORING It is recommended that HTE be retained to provide construction observation services, including observation and monitoring of all operations involving soil excavation, removal of unsuitable existing materials and overburden soils, assessment of existing non-organic containing in-situ soils as potentially may be considered to be able to remain in place or be reused, and for preparation of and compaction control for pavement section support subgrades. Observations and testing of all Fill (compacted), pavement section material and other new fill material placements and compaction should also be performed. The purpose of these observations and testing is to verify that construction is being performed in accordance with the intent of the recommendations given in this report and to observe any changes in subsurface conditions which may warrant modification to the foundation systems recommended herein.

388 Geotechnical Engineering Report October 17, 2013 Proposed Ammon Drive Realignment Project No Londonderry & Manchester, New Hampshire Page No. 12 If HTE is not retained to provide full-time observation of earthwork during the construction phase of this project, we cannot be expected to be held responsible if unforeseen conditions are not identified and addressed or if conditions identified in this report are not addressed as we intended REVIEW OF FINAL PLANS It is recommended that once final site, grading and foundation plans have been developed, that these plans be provided to HTE for review in order to assess whether any of the recommendations outlined herein will require revision. The recommendations provided herein shall not be considered valid unless HTE is provided the opportunity to review the final site, grading, and foundation plans.

389 TABLES

390 Ksat ± 8.9 ± 10.0 ± Ksat ± 8.8 ± 10.0 ± Ksat ± 8.9 ± 10.5 ± Ksat ± 8.0 ± 9.2 ± Ksat ± 8.9 ± 10.0 ± Ksat ± 7.9 ± 9.2 ± Ksat ± 9.3 ± 10.5 ± Ksat ± 8.9 ± 10.0 ± TABLE 2 SUMMARY OF Ksat WELL INSTALLATIONS & RESULTS PROPOSED AMMON DRIVE REALIGNMENT LONDONDERRY/MANCHESTER, NEW HAMPSHIRE PROJECT NO Ksat TEST BORING DESIGNATION APPROX. GROUND SURFACE ELEVATION BOTTOM OF WELL DEPTH OBSERVED GROUNDWATER LEVELS OBSERVED Ksat VALUES DESIGN Ksat VALUES DEPTH (FT) DEPTH (FT) in/hr in/hr Notes: 1) Ksat wells were installled on September 5 & 6, 2013 by Great Works Test Borings, Inc. of Rollinsford, New Hampshire under HTE observation. Test dtaes were 09/11/13 & 09/19/13. 2) Groundwater levels (b.g.s.) were measured during drilling and therefore do not reflect long-term groundwater level conditions. V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975Table 2.xls]Sheet1

391 FIGURES

392

393 APPENDIX A

394 APPENDIX A LIMITATIONS ON WORK PRODUCT Site Observations 1. The analyses and recommendations submitted in this report are based in part upon the data obtained from limited subsurface observations. The nature and extent of subsurface variations may not become evident until construction. If variations then appear evident, it will be necessary to reevaluate the recommendations of this report. 2. The generalized soil profile described in the text is intended to convey trends in subsurface conditions. The boundaries between strata are approximate and idealized and were assessed by interpretations of limited test boring subsurface explorations and actual soil and bedrock surface transitions will vary. 3. Water level readings have been made under conditions stated. These data have been reviewed and interpretations have been made in the text of this report. However, it must be noted that fluctuations in the level of groundwater may occur due to variations in rainfall, temperature and other factors occurring since the time observations were made. 4. In the event that any changes in the proposed general project development are planned (e.g., floor slab on grade elevations, column and wall loads, building footprint size and location, etc.), the conclusions and recommendations contained in this report shall not be considered valid unless the changes are reviewed and conclusions of this report modified or verified in writing by HTE Northeast, Inc. It is recommended that this firm be provided the opportunity to review the final design plans and specifications in order to verify that earthwork and foundation recommendations have been properly interpreted and implemented. Construction 5. It is also recommended that this firm be provided the opportunity to perform the recommended construction phase monitoring services to verify that the intent of our recommendations is being properly implemented in the field during construction. The recommendations given in this report shall not be considered valid unless we are given the opportunity to perform in this capacity. Topographic Data 6. This report is based on topographic data and proposed site layout as shown on a progress grading plan provided to this office in prepared by Fieldstone Land Consultants, LLC. Use of Report 7. This Geotechnical Engineering Report (September 2013) has been prepared for the exclusive use of Hoyle-Tanner Associates, Inc., in reference to Proposed Ammon Drive Re-alignment in Londonderry and Manchester, New Hampshire and is intended to be in accordance with generally accepted soil and foundation engineering practices. No other warranty, expressed or implied is made. 8. This soil and foundation engineering report has been prepared for this project by HTE Northeast, Inc. This report is for design purposes only and is not sufficient to prepare an accurate bid. Contractors wishing a copy of the report may secure it only with the authorization of the owner and then with the understanding that its scope is limited to design considerations only. V:\Limitations on Work Product\GEOLIMIT.4975.doc

395 APPENDIX B

396 PROJECT: SHEET: 1 of 1 LOCATION: TEST PIT LOG Ammon Drive Realignment TEST PIT NO.: TP-1 Ammon Drive, Manchester, N. H. CONTRACTOR: AMCO, LLC PROJ. NO: 4975 FOREMAN: Anthony Clark 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) CLIENT: DATE: Hoyle Tanner Associates INSPECTOR: E. Adler, EIT July 18, 2013 GROUND SURFACE ELEVATION: 220± EQUIPMENT TEST PIT DIMENSIONS OTHER GROUNDWATER OBSERVATIONS TYPE Back-hoe (FT) FIELD TESTING MAKE/MODEL CAT 416 LENGTH 5 ELAPSED TIME (HR) LABORATORY TESTING REACH (FT) 12 WIDTH 4 DEPTH (FT) PID SCREENING CAPACITY (CY) 0.3 DEPTH 6 X NO GROUNDWATER ENCOUNTERED Depth (FT) EXCAVATION EFFORT E E BOULDER COUNT (QTY/CLASS) REMARK NUMBER STRATUM SYMBOL Topsoil/ Loam Fill SOIL AND ROCK CLASSIFICATION-DESCRIPTION BURMISTER SYSTEM (SOIL) U.S. CORPS OF ENGINEERS SYSTEM (ROCK) SUBSOIL Yellow-brown poorly-graded medium to fine SAND, trace (-) Silt. (SP) Black-brown and grey medium to fine SAND, trace Silt, little wood particles, no odor, moist. (SP-SM) Brown poorly-graded medium to fine SAND, trace(-) Silt, no structure, no odor, moist. (SP) Slight oxidation mottling from 46" to 52" STRATUM CHANGE DESCRIPTION FILL FLOODPLAIN 2.5 FLUVIAL FLUVIAL PID (PPM) 6 7 Bottom of Exploration at 6' Remarks: BOULDER DESIGNATION EXCAVATION EFFORT PROPORTIONS SIZE (IN) DESIGNATION trace = 0% to 10% E = EASY 6 to 18 A little = 10% to 20% M = MODERATE 18 to 36 B some = 20% to 35% D = DIFFICULT 36+ C and = 35 to 50%

397 PROJECT: SHEET: 1 of 1 LOCATION: TEST PIT LOG Ammon Drive Realignment TEST PIT NO.: TP-2 Ammon Drive, Manchester, N. H. CONTRACTOR: AMCO, LLC PROJ. NO: 4975 FOREMAN: Anthony Clark 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) CLIENT: DATE: Hoyle Tanner Associates INSPECTOR: E. Adler July 18, 2013 GROUND SURFACE ELEVATION: EQUIPMENT TEST PIT DIMENSIONS TYPE Back-hoe (FT) GROUNDWATER OBSERVATIONS MAKE/MODEL CAT 416 LENGTH 6 ELAPSED TIME (HR) 0 REACH (FT) 12 WIDTH 5 DEPTH (FT) 7.2 CAPACITY (CY) 0.3 DEPTH 7.6 NO GROUNDWATER ENCOUNTERED 220± OTHER FIELD TESTING LABORATORY TESTING PID SCREENING Depth (FT) EXCAVATION EFFORT BOULDER COUNT (QTY/CLASS) REMARK NUMBER STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION BURMISTER SYSTEM (SOIL) U.S. CORPS OF ENGINEERS SYSTEM (ROCK) Topsoil/ Loam Fill (SM) STRATUM CHANGE DESCRIPTION PID (PPM) E E Tan poorly-graded fine SAND, no structure, no odor, moist (FILL). Black & grey poorly-graded medium to fine SAND, little organic Silt, trace organic particles to specks, slight organic odor, moist. (SM) Brown poorly-graded medium to fine SAND, trace (-) Silt, oxidized to 56", no odor, moist (SP) Trending to tan medium to fine SAND. (SP) FILL FLOODPLAIN 3.0 FLUVIAL 4.7 FLUVIAL E Bottom of Exploration at 7.6' Remarks: BOULDER DESIGNATION EXCAVATION EFFORT PROPORTIONS SIZE (IN) DESIGNATION trace = 0% to 10% E = EASY 6 to 18 A little = 10% to 20% M = MODERATE 18 to 36 B some = 20% to 35% D = DIFFICULT 36+ C and = 35 to 50%

398 PROJECT: SHEET: 1 of 1 LOCATION: TEST PIT LOG Ammon Drive Realignment TEST PIT NO.: TP-3 Ammon Drive, Manchester, N. H. CONTRACTOR: AMCO, LLC PROJ. NO: 4975 FOREMAN: Anthony Clark TYPE 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) Depth (FT) 1 2 EXCAVATION EFFORT E CLIENT: DATE: EQUIPMENT Back-hoe REACH (FT) 12 WIDTH 4 DEPTH (FT) CAPACITY (CY) 0.3 DEPTH 6.6 BOULDER COUNT (QTY/CLASS) REMARK NUMBER Hoyle Tanner Associates INSPECTOR: E. Adler July 18, 2013 TEST PIT DIMENSIONS (FT) MAKE/MODEL CAT 416 LENGTH 6 ELAPSED TIME (HR) STRATUM SYMBOL X BURMISTER SYSTEM (SOIL) U.S. CORPS OF ENGINEERS SYSTEM (ROCK) Topsoil/Loam Fill (SM) GROUNDWATER OBSERVATIONS SOIL AND ROCK CLASSIFICATION-DESCRIPTION Note 1" layer of brown medium to fine SAND at 10" Yellow-brown poorly-graded medium to fine SAND, trace (-) Silt, oxidation mottling to 43", no odor, moist. (SP) GROUND SURFACE ELEVATION: NO GROUNDWATER ENCOUNTERED OTHER FIELD TESTING PID SCREENING 220± LABORATORY TESTING STRATUM CHANGE DESCRIPTION FILL 1.7 FLUVIAL PID (PPM) 3 4 E Tan poorly-graded medium to fine SAND, no structure, no odor, moist. (SP) 3.6 FLUVIAL E M Similar to above, except denser & very moist. (SP) Bottom of Exploration at 6.6' Remarks: BOULDER DESIGNATION EXCAVATION EFFORT PROPORTIONS SIZE (IN) DESIGNATION trace = 0% to 10% E = EASY 6 to 18 A little = 10% to 20% M = MODERATE 18 to 36 B some = 20% to 35% D = DIFFICULT 36+ C and = 35 to 50%

399 PROJECT: SHEET: 1 of 1 LOCATION: TEST PIT LOG Ammon Drive Realignment TEST PIT NO.: TP-4 Ammon Drive, Manchester, N. H. CONTRACTOR: AMCO, LLC PROJ. NO: 4975 FOREMAN: Anthony Clark 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) Depth (FT) EXCAVATION EFFORT M E BOULDER COUNT (QTY/CLASS) CLIENT: DATE: REMARK NUMBER Hoyle Tanner Associates INSPECTOR: E. Adler July 18, 2013 EQUIPMENT TEST PIT DIMENSIONS TYPE Back-hoe (FT) GROUNDWATER OBSERVATIONS MAKE/MODEL CAT 416 LENGTH 6 ELAPSED TIME (HR) REACH (FT) 12 WIDTH 5 DEPTH (FT) CAPACITY (CY) 0.3 DEPTH 6.5 NO GROUNDWATER ENCOUNTERED STRATUM SYMBOL 3.5" ASPHALT X BURMISTER SYSTEM (SOIL) U.S. CORPS OF ENGINEERS SYSTEM (ROCK) Brown poorly-graded coarse to fine SAND some Gravel, no structure, no odor, dry (SP) Yellow-brown fine SAND, trace(-) Silt, no structure, no odor, moist. Brown poorly-graded coarse to fine SAND, trace (-) Silt, fluvial layers no odor, moist. (SP) SOIL AND ROCK CLASSIFICATION-DESCRIPTION GROUND SURFACE ELEVATION: 220± OTHER FIELD TESTING LABORATORY TESTING PID SCREENING STRATUM CHANGE DESCRIPTION 0.29 FILL FLUVIAL PID (PPM) E Tan poorly-graded coarse to fine SAND, trace (-) Silt, fluvial layers no odor, moist. (SP) Bottom of Exploration at 6.5' 5.3 FLUVIAL Remarks: BOULDER DESIGNATION EXCAVATION EFFORT PROPORTIONS SIZE (IN) DESIGNATION trace = 0% to 10% E = EASY 6 to 18 A little = 10% to 20% M = MODERATE 18 to 36 B some = 20% to 35% D = DIFFICULT 36+ C and = 35 to 50%

400 PROJECT: SHEET: 1 of 1 LOCATION: TEST PIT LOG Ammon Drive Realignment TEST PIT NO.: TP-5 Ammon Drive, Manchester, N. H. CONTRACTOR: AMCO, LLC PROJ. NO: 4975 FOREMAN: Anthony Clark TYPE 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) Depth (FT) EXCAVATION EFFORT M E E CLIENT: DATE: EQUIPMENT Back-hoe REACH (FT) 12 WIDTH 4 DEPTH (FT) CAPACITY (CY) 0.3 DEPTH 6 BOULDER COUNT (QTY/CLASS) REMARK NUMBER Hoyle Tanner Associates INSPECTOR: E. Adler July 18, 2013 TEST PIT DIMENSIONS (FT) MAKE/MODEL CAT 416 LENGTH 6 ELAPSED TIME (HR) STRATUM SYMBOL no odor, dry. (SP) X BURMISTER SYSTEM (SOIL) U.S. CORPS OF ENGINEERS SYSTEM (ROCK) Black coarse to fine SAND, some Gravel, little asphalt fragments, Orange-brown poorly-graded coarse to fine SAND, trace Silt, trace (-) Gravel, oxidized, no odor, dry. (SP) Brown poorly-graded coarse to fine SAND, trace(-) Silt, layered, no odor, moist. (SP) GROUNDWATER OBSERVATIONS SOIL AND ROCK CLASSIFICATION-DESCRIPTION GROUND SURFACE ELEVATION: NO GROUNDWATER ENCOUNTERED OTHER FIELD TESTING LABORATORY TESTING PID SCREENING 220± STRATUM CHANGE DESCRIPTION FILL 0.8 FILL 1.8 FLUVIAL PID (PPM) 4 5 E 6 7 Bottom of Exploration at 6.0' Remarks: BOULDER DESIGNATION EXCAVATION EFFORT PROPORTIONS SIZE (IN) DESIGNATION trace = 0% to 10% E = EASY 6 to 18 A little = 10% to 20% M = MODERATE 18 to 36 B some = 20% to 35% D = DIFFICULT 36+ C and = 35 to 50%

401 PROJECT: SHEET: 1 of 1 LOCATION: TEST PIT LOG Ammon Drive Realignment TEST PIT NO.: TP-6 Ammon Drive, Manchester, N. H. CONTRACTOR: AMCO, LLC PROJ. NO: 4975 FOREMAN: Anthony Clark Hoyle Tanner Associates INSPECTOR: E. Adler July 18, 2013 GROUND SURFACE ELEVATION: 220± 2 Cote Lane, Suite 1 CLIENT: Bedford, New Hampshire (603) DATE: EQUIPMENT TEST PIT DIMENSIONS OTHER GROUNDWATER OBSERVATIONS TYPE Back-hoe (FT) FIELD TESTING MAKE/MODEL CAT 416 LENGTH 5 ELAPSED TIME (HR) LABORATORY TESTING REACH (FT) 12 WIDTH 4 DEPTH (FT) PID SCREENING CAPACITY (CY) 0.3 DEPTH 6 X NO GROUNDWATER ENCOUNTERED Depth (FT) 1 2 EXCAVATION EFFORT E E BOULDER COUNT (QTY/CLASS) REMARK NUMBER STRATUM SYMBOL Loam Fill (SM) SOIL AND ROCK CLASSIFICATION-DESCRIPTION BURMISTER SYSTEM (SOIL) U.S. CORPS OF ENGINEERS SYSTEM (ROCK) Dark brown poorly-graded medium to fine SAND, trace organic Silt, trace Gravel, no structure, no odor, moist. (SP) Note: inactive cable found at 1.2', copper wire found at 1.4' STRATUM CHANGE DESCRIPTION FILL 1.0 FILL PID (PPM) 3 4 E Yellow-brown poorly-graded medium to fine SAND, trace (-) Silt, no structure, no odor, moist. (SP) 2.8 FLUVIAL 5 6 Bottom of Exploration at 6.0' Remarks: BOULDER DESIGNATION SIZE (IN) DESIGNATION 6 to to A B C EXCAVATION EFFORT E = EASY M = MODERATE D = DIFFICULT PROPORTIONS trace = 0% to 10% little = 10% to 20% some = 20% to 35% and = 35 to 50%

402 APPENDIX C

403 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-1 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. PROJ. NO: 4975 FOREMAN: J. Lee 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) CLIENT: DATE: Hoyle Tanner Associates INSPECTOR: P. Massicotte September 5, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 10' PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-1A S-1B S-1C Light tan medium to coarse SAND (SP). Some iron soil staining at approximately ft Tan medium to fine SAND (SP). Water level observed at approximately 10 ft Tan medium to coarse SAND (SP) Bottom of Exploration at 12.0' Notes: COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS 1) Type of Rig: Track mounted drill rig with automatic hammer for SS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 2) Ksat 'well' installed to 9 ft 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k = VERY DENSE 30 + = HARD

404 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-2 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 5, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 10' PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-2A S-2B S-2C Tan fine to coarse SAND (SP), Presence of little dark tan/brown and black sands Tan medium to fine SAND trace fine Gravel (SP). Water level observed at 7 approximately 10 ft Tan medium to fine SAND with little gray sand (SP). Piece of blue Styrofoam-like 8 material present Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 9 ft V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

405 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-3 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 6, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 10.5 PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-8A S-8B S-8C Light tan medium to coarse sand with trace amounts of small rocks Light tan medium to fine sand with some staining around 9.5 ft Light tan medium to fine sand. Water level around 10.5 ft Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 9.5 ft, but PVC pipe only down to 9 ft. V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

406 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-4 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 5, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 9.2 PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-3A S-3B S-3C Light tan medium SAND (SP), Trace amounts of dark gray sands Light tan medium to fine SAND (SP) Little amounts of brown sand. Water level 6 observed at approximately 9 ft 2 in Tan medium to fine SAND (SP) Little amounts of brown sand Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 8 ft V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

407 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-5 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 6, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 10' PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-7A S-7B S-7C Light tan medium to coarse SAND (SP), trace fine Gravel Light tan medium to fine SAND (SP) with some staining around 9.5 ft. Water level 7 around 10 ft Light tan medium to fine SAND (SP) Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 9 ft V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

408 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-6 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 5, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 9.2 PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-4A S-4B S-4C Light tan fine to coarse SAND (SP), trace fine Gravel Tan medium to fine SAND (SP), trace fine Gravel. 4 Light tan medium to coarse SAND 4 Gray medium to fine SAND (SP) Water level observed at approximately 9 ft 2 in. 4 4 Light tan medium to coarse SAND (SP) trace fine black sand Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 8 ft 1 in V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

409 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-7 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 6, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 10.5 PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-6A 8 9 S-6B S-6C Light tan medium to coarse SAND (SP). 8 8 Medium to coarse gray SAND(SP) 8 Medium gray SAND (SP) little fine Gravel. 7 Light tan medium SAND (SP) Light tan medium to fine SAND (SP). Water level around 10.5 ft. Iron staining 6 observed at approximately 11 ft Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 9.5 ft V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

410 PROJECT: SHEET: 1 of 1 LOCATION: TEST BORING LOG Ammon Drive Realignment BORING NO.: Ksat-8 Ammon Drive, Manchester, N. H. CONTRACTOR: Great Works Test Boring, Inc. 2 Cote Lane, Suite 1 Bedford, New Hampshire (603) PROJ. NO: CLIENT: DATE: 4975 FOREMAN: J. Lee Hoyle Tanner Associates INSPECTOR: P. Massicotte September 5, 2013 GROUND SURFACE ELEVATION: 221± EQUIPMENT: AUGER CASING SAMPLER COREBRL. GROUNDWATER OBSERVATIONS FIELD TESTING TYPE SSA SS ELAPSED TIME (DAYS) 0 LABORATORY TESTING SIZE ID(IN) 4.5 od 1 3/8 CASING AT (FT) Out MONITORING WELL INSTALLED HAMMER WT (LB) 140 DEPTH (FT) 10' PID SCREENING HAMMER FALL (IN) 30 NO GROUNDWATER ENCOUNTERED Depth (FT) SAMPLE NUMBER RECOVERY (IN) BLOWS PER 6" STRATUM SYMBOL SOIL AND ROCK CLASSIFICATION-DESCRIPTION STRATUM CHANGE DESCRIPTION PID (PPM) S-5A S-5B S-5C Light tan medium to coarse SAND (SP), trace fine Gravel. Light tan medium to fine SAND (SP) with little amounts of brown sand. Water level observed at approximately 10 ft. Light tan medium to coarse SAND (SP), trace fine Gravel Bottom of Exploration at 12.0' Notes: 1) Type of Rig: Track mounted drill rig with automatic hammer for SS 2) Ksat 'well' installed to 9 ft 1 in V:\4000\49\4975 MBArpt\0913 Ksat Wells\[4975.TB logs1.xls]k-8 COHESIONLESS SOILS COHESIVE SOILS SAMPLE TYPE PROPORTIONS N = 0-4 = VERY LOOSE N = 0-2 = VERY SOFT C = ROCK CORE trace = 0% - 10% 4-10 = LOOSE 1-4 = SOFT S = SPLIT SPOON little = 10% - 20% = MEDIUM 3-8 = MEDIUM UP = UNDISTURBED PISTON some = 20% - 35% = DENSE 7-15 = STIFF UT = UNDISTURBED THINWALL and = 35% - 50% 50 + = VERY DENSE 30 + = HARD

411 APPENDIX D

412 GEOTECHNICAL SERVICES, INC. Geotechnical Engineering Environmental Studies Material Testing Construction Monitoring PROJECT: Ammon Drive - HTE PROJECT No.: SAMPLED BY: A.Osborne DATE SAMPLED: 7/22/2013 SAMPLE No.: L TESTED BY: S. Harrison DATE TESTED: 8/23/2013 DEPTH: Pavement PLOTTED BY: A.Osborne DATE PLOTTED: 9/1/2013 LOCATION: Manchester, NH SOURCE: Asphalt Core Measurements Sample # L L L L Specimen # Diameter (Inches) Mix Type Surface Binder Surface Binder Area (in 2 ) Thickness Dry weight Submerged Weight C-1 C S.S.D. weight Specific Gravity Core Location N/A N/A Remarks: 18 Cote Avenue Goffstown, N.H Phone: 603 / 624 / 2722 Fax: 603 / 624 / Rogers Road, Haverhill, Ma Phone: 978 / 374 / 7744 Fax: 978 / 374 / 7799

413 GEOTECHNICAL SERVICES, INC. Geotechnical Engineering Environmental Studies Material Testing Construction Monitoring PROJECT: Ammon Drive - HTE PROJECT No.: SAMPLED BY: A.Osborne DATE SAMPLED: 7/22/2013 SAMPLE No.: L TESTED BY: S. Harrison DATE TESTED: 8/23/2013 DEPTH: Pavement PLOTTED BY: A.Osborne DATE PLOTTED: 9/1/2013 LOCATION: Manchester, NH SOURCE: Asphalt Core Measurements Sample # L L L L Specimen # Diameter (Inches) Mix Type Surface Binder Surface Binder Area (in 2 ) Thickness Dry weight Submerged Weight C-3 C S.S.D. weight Specific Gravity Core Location N/A N/A Remarks: 18 Cote Avenue Goffstown, N.H Phone: 603 / 624 / 2722 Fax: 603 / 624 / Rogers Road, Haverhill, Ma Phone: 978 / 374 / 7744 Fax: 978 / 374 / 7799

414 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-1 Surface Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 15.5 Dry Weight: Corrected Weight: Weight Before: 13.2 Water Weight: N/A Asphalt Weight: Correction: 2.3 % Moisture: % Asphalt: 6.6 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

415 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-1 Binder Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 14.8 Dry Weight: Corrected Weight: Weight Before: 13.0 Water Weight: N/A Asphalt Weight: Correction: 1.8 % Moisture: % Asphalt: 7.0 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

416 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-2 Surface Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 14.6 Dry Weight: Corrected Weight: Weight Before: 13.4 Water Weight: N/A Asphalt Weight: 86.3 Correction: 1.2 % Moisture: % Asphalt: 8.2 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

417 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-2 Binder Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 15.0 Dry Weight: Corrected Weight: Weight Before: 13.1 Water Weight: N/A Asphalt Weight: 97.4 Correction: 1.9 % Moisture: % Asphalt: 7.5 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

418 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-3 Surface Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 15.0 Dry Weight: Corrected Weight: Weight Before: 13.4 Water Weight: N/A Asphalt Weight: 87.1 Correction: 1.6 % Moisture: % Asphalt: 7.9 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

419 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-3 Binder Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 14.7 Dry Weight: Corrected Weight: Weight Before: 13.1 Water Weight: N/A Asphalt Weight: Correction: 1.6 % Moisture: % Asphalt: 6.8 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

420 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-4 Surface Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 15.0 Dry Weight: Corrected Weight: Weight Before: 12.8 Water Weight: N/A Asphalt Weight: Correction: 2.3 % Moisture: % Asphalt: 8.5 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

421 Geotechnical Services Inc. HMA Plant Tests Report (Centrifuge Method) Project: Ammon Drive - HTE Date/Time: 8/30/2013 Project #: Producer: Unknown Sample #: L Location: Manchester, NH Material : C-4 Binder Technician: S. Harrison Plant Type: N/A Weather: N/A Mix Temp: N/A Moisture Content (T-255) Asphalt Content (T-164) Filter Correction Wet Weight: N/A Original Weight: Weight After: 14.6 Dry Weight: Corrected Weight: Weight Before: 13.2 Water Weight: N/A Asphalt Weight: 88.5 Correction: 1.5 % Moisture: % Asphalt: 7.4 Dry Aggregate: Asphalt JMF: Corrected Weight: Gradation (T-30) Sieves Weight Percent Percent Job Mix Metric Standard Retained Retained Passing Formula Tolerance Variance 38mm 1 1/2" mm 1" mm 3/4" mm 1/2" mm 3/8" mm # mm # mm # mm # mm # mm # µm # PAN Comments: Marshall Specific Gravity (T-166) (T-269) (T-245) Sample # Weight in Weight in SSD Volume Specific % Air VMA VFA Stability Flow Air Water Weight Gravity Voids Lbs. (.01) 1A #DIV/0! 1B #DIV/0! 1C #DIV/0! Averages>>>>>>>>>>>>>>>>> #DIV/0! Max Theo Weight Weight Calibration Volume G mm Max Comments: Spec Grav. in Air after Vac Weight Lbs/ft 3 Marshall Unit Wt. = (T-209) #DIV/0! 9/3/2013 HMA-1

422 APPENDIX E

423 LABORATORY GRADATION REPORT PROJECT: Manchester Airport Ammon Drive CLIENT: Hoyle, Tanner & Associates LOCATION: Manchester, N. H. CONTRACTOR: PROJECT NO.: 4975 SOURCE: Ksat-1; 8-10' SAMPLE NO.: S-1B TEST METHOD: ASTM D 422 / D 1140 DATE OBTAINED: 9/5/2013 TEST DATE: 9/26/2013 TESTED BY: SD CHECKED BY: RBK SAMPLE DESCRIPTION: PROPOSED SAMPLE USE: Tan medium to fine Sand, trace Silt SIEVE SIZE SIEVE OPENINGS WEIGHT RETAINED inches millimeters (grams) CUMULATIVE WEIGHT RETAINED (grams) PERCENT FINER OF TOTAL 3" " /2" GRAVEL 1" /4" /2" /8" # # # # SAND # # # # # Silt or Clay Pan Total weight of sample 226.2

424 LABORATORY GRADATION REPORT PROJECT: Manchester Airport Ammon Drive CLIENT: Hoyle, Tanner & Associates LOCATION: Manchester, N. H. CONTRACTOR: PROJECT NO.: 4975 SOURCE: Ksat-1; 8-10' SAMPLE NO.: S-1B TEST METHOD: ASTM D 422 / D 1140 DATE OBTAINED: 9/5/2013 TEST DATE: 9/26/2013 SD CHECKED BY: RBK SAMPLE DESCRIPTION: PROPOSED SAMPLE USE: Tan medium to fine Sand, trace Silt COBBLES PERCENT FINER O COMPACTED STRUCTURAL FILL SPECIFICATION GRAVEL SAND COARSE FINE COARSE MEDIUM FINE SILT OR CLAY HYDROMETER 6" #### # " /2" " /4" /2" # # Percent Passing by Weight 3" 2" 1 1/2" 1" 3/4" 1/2" 3/8" #4 #10 #16 #20 #30 #40 #50 #60 #100 #200 Grain Size in Millimeters

425 LABORATORY GRADATION REPORT PROJECT: Manchester Airport Ammon Drive CLIENT: Hoyle Tanner & Associates LOCATION: Manchester, N. H. CONTRACTOR: PROJECT NO.: 4975 SOURCE: Ksat-4; 8' - 10' SAMPLE NO.: S-4B TEST METHOD: ASTM D 422 / D 1140 DATE OBTAINED: 9/5/2013 TEST DATE: 9/26/2013 TESTED BY: SD CHECKED BY: RBK SAMPLE DESCRIPTION: PROPOSED SAMPLE USE: Tan medium to fine Sand, trace Silt SIEVE SIZE SIEVE OPENINGS WEIGHT RETAINED inches millimeters (grams) CUMULATIVE WEIGHT RETAINED (grams) PERCENT FINER OF TOTAL 3" " /2" GRAVEL 1" /4" /2" /8" # # # # SAND # # # # # Silt or Clay Pan Total weight of sample 222.8

426 LABORATORY GRADATION REPORT PROJECT: Manchester Airport Ammon Drive CLIENT: Hoyle Tanner & Associates LOCManchester, N. H Manchester, N. H. CONTRACTOR: PROJECT NO.: 4975 Ksat-4; 8' - 10' SOURCE: Ksat-4; 8' - 10' SAMS-4B S-4B TEST METHOD: ASTM D 422 / D 1140 DATE OBTAINED: 9/5/2013 TEST DATE: 9/26/2013 RBK SD CHECKED BY: RBK SAMPLE DESCTan medium to fine Sa PROPOSED SAMPLE USE: Tan medium to fine Sand, trace Silt COBBLES PERCENT FINER O COMPACTED STRUCTURAL FILL SPECIFICATION GRAVEL SAND COARSE FINE COARSE MEDIUM FINE SILT OR CLAY HYDROMETER 6" #### # " /2" " /4" /2" # # Percent Passing by Weight 3" 2" 1 1/2" 1" 3/4" 1/2" 3/8" #4 #10 #16 #20 #30 #40 #50 #60 #100 #200 Grain Size in Millimeters

427 LABORATORY GRADATION REPORT PROJECT: Manchester Airport Ammon Drive CLIENT: Hoyle, Tanner & Associates LOCATION: Manchester, N. H. CONTRACTOR: PROJECT NO.: 4975 SOURCE: Ksat-5; 8-10' SAMPLE NO.: S-7B TEST METHOD: ASTM D 422 / D 1140 DATE OBTAINED: 9/6/2013 TEST DATE: 9/26/2013 TESTED BY: SD CHECKED BY: RBK SAMPLE DESCRIPTION: PROPOSED SAMPLE USE: Tan medium to fine Sand, trace Silt SIEVE SIZE SIEVE OPENINGS WEIGHT RETAINED inches millimeters (grams) CUMULATIVE WEIGHT RETAINED (grams) PERCENT FINER OF TOTAL 3" " /2" GRAVEL 1" /4" /2" /8" # # # # SAND # # # # # Silt or Clay Pan Total weight of sample 231.1

428 LABORATORY GRADATION REPORT PROJECT: Manchester Airport Ammon Drive CLIENT: Hoyle, Tanner & Associates LOCATION: Manchester, N. H. CONTRACTOR: PROJECT NO.: 4975 SOURCE: Ksat-5; 8-10' SAMPLE NO.: S-7B TEST METHOD: ASTM D 422 / D 1140 DATE OBTAINED: 9/6/2013 TEST DATE: 9/26/2013 TESTED BY: SD CHECKED BY: RBK SAMPLE DESCRIPTION: PROPOSED SAMPLE USE: Tan medium to fine Sand, trace Silt COBBLES PERCENT FINER O COMPACTED STRUCTURAL FILL SPECIFICATION GRAVEL SAND COARSE FINE COARSE MEDIUM FINE SILT OR CLAY HYDROMETER 6" #### # " /2" " /4" /2" # # Percent Passing by Weight 3" 2" 1 1/2" 1" 3/4" 1/2" 3/8" #4 #10 #16 #20 #30 #40 #50 #60 #100 #200 Grain Size in Millimeters

429 Specification No APPENDIX D ALTERATION OF TERRAIN PERMIT

430

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements NOTICE TO BIDDERS August 24, 2016 ADDENDUM NO. 1 Gosling Road Pedestrian, Bike & Related Improvements TO ALL FIRMS OF RECORD: This addendum forms a part of and modifies the bidding and contract documents

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

Addendum 1 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: July 21, 2017

Addendum 1 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: July 21, 2017 Addendum 1 City of Portsmouth Bid # 61-17 Issued: July 21, 2017 This Addendum forms part of the original document marked: Bid#61-17 Chestnut Street Streetscape Project. Item 1 Clarification Existing gas

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB ADDENDUM NO. ONE Notice is hereby given that on June 22, 2017 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Agent in the Mercer County McDade Administration

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 December 28, 2018 The Platte County Board of Supervisors will

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

Addendum 3 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: August 1, 2017

Addendum 3 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: August 1, 2017 Addendum 3 City of Portsmouth Bid # 61-17 Issued: August 1, 2017 This Addendum forms part of the original document marked: Bid#61-17 Chestnut Street Streetscape Project. NOTE: THIS ADDENDUM REPLACES ADDENDUM

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a Job No. 12-0101 Solicitation No. B-12-013-MR BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Bid Proposal of. Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD)

Bid Proposal of. Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD) Bid Proposal Form Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD) (Formal Bid) Bid Proposal of hereinafter called "BIDDER"), organized and existing under the laws of the State of North Carolina

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3 CARGO HARDSTAND IMPROVEMENTS at Seattle-Tacoma International Airport BID PACKAGE Addendum No. 3 MC-0317700 Primary Work Project #: 104648 Cargo 2 Hardstand Expansion (103801) Cargo 5 Hardstand Construction

More information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2 MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item

More information

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below: ADDENDUM 1 February 28, 2018 CONTRACT DOCUMENTS FOR Lincoln Avenue Sidewalk Construction CITY OF TAKOMA PARK IFB PW-20180208 State Contract No. MO4665112 TO ALL PROSPECTIVE BIDDERS: The original specifications

More information

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO: URS CORPORATION NY Contract No. C015548 ADDENDUM NO. 4 TO: DATE: May 12, 2016 CONTRACT NO. C015548-S13-FRGRSA COUNTY: SUFFOLK IN THE LETTING OF May 16, 2016 NOTICE TO PROSPECTIVE BIDDERS The following

More information

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

Your cooperation in this matter is greatly appreciated. If you have any questions or need further assistance you may contact:

Your cooperation in this matter is greatly appreciated. If you have any questions or need further assistance you may contact: We will stop accepting bids at 10:30 both on the Internet and in drop-boxes. Drop-boxes will be sealed and left at the guard s desk in public view. We will start opening the bids at 11:30 a.m. Reading

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 August 8, 2018 The Cuming County Board of Supervisors will be

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

ADDENDUM #1 Walker Woods Pump Station Replacement PW

ADDENDUM #1 Walker Woods Pump Station Replacement PW April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW A. The following additions, deletions, revisions, and/or amendments to the original drawings

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (215) Addendum No. 03 THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:

More information

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428 PUBLIC WORKS DEPARTMENT BID FORMS FOR THORNTON ROAD WIDENING PROJECT NO. PW1428 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL Job Walk:

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 January 30, 2019 To Whom It May Concern: The Burt County Board

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 October 7, 2014 ITB NO. 15-10 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS General Description: Date Prepared: November 1, 2017 (253) 604-6600 KHouse@Parametrix.com Bid Number: J2017-30 ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P

ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P BID FORM (continued) DAYTON INTERNATIONAL AIRPORT TERMINAL APRON RECONSTRUCTION PHASE 2 21% DBE PARTICIPATION) FEDERAL CONSTRUCTION FUNDS) ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P-101-5.1.1 FULL

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : 012777.00 PROJECTS ------------------------------ STP-1277(700)S COUNTY : ANDROSCOGGIN CONTRACT ID : 012777.00 MAINE

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

TO THE SAN ANTONIO WATER SYSTEM:

TO THE SAN ANTONIO WATER SYSTEM: BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Maine Turnpike Authority

Maine Turnpike Authority PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing

More information

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No. ADDENDUM #3 STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No. 2016-003; Federal Project No. DEM10L-5209(008) November 9, 2017 Addendum for: AND IA STATE ROUTE 60 AT POTRERO

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1958 DRAINAGE MATERIALS & MISCELLANEOUS ITEMS

PIERCE COUNTY INVITATION TO BID NUMBER 1958 DRAINAGE MATERIALS & MISCELLANEOUS ITEMS To furnish Pierce County Road Maintenance with various types of polyethylene and concrete pipe and other miscellaneous items as needed. Quantities shown are estimated yearly requirements, and will be ordered

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information