Loading...
3rd Change Order 05/10/2023 MONROECOUNTY/ENGtN RING/DQ g AG T CONTRACT CHANGE ORDER PROJECT TITLE: Commercial Apron Expansion and Mitigation CHANGE ORDER NO: 3 INITIATION DATE: 3/5/2023 TO CONTRACTOR: Charley Toppino& Sons CONTRACT DATE: 10/19/22 The Contract is changed as follows: The original Contract Sum ................................................................ .... ..,.,..,,.,,$17,166,179.68 Net change by previously authorized Change Order ....................... $1,325,062.11 The Contract Sum prior to this Change order was................... ....................... ._.....,..,.,$18,491,241.79 The Contract Sum is (increased) by this Change Order 3 $ 741,713.40 The Revised 1 Contract Sum including this Change Order ....,..,.,................................... $19,232,955.19 The Engineered Material Arresting System (EMAS) located in the Runway 9 Safety Area at Key West International Airport was damaged beyond repair due to Hurricane Ian. Due to the importance that this safety system provides to aircraft landing and departing on the runway it was imperative that this system be replaced as an emergency response. During the October 19, 2022, the BOCC gave approval to waive purchasing procedures to issue a purchase order to procure the EMAS material for the replacement of the damaged system. The removal and replacement of this system will be done in a phased approach. This phased approach is required to maintain a level of safety at the airport while accommodating the manufacturing and delivery schedule of the EMAS material. Under the first phase, the initial 14 rows of the EMAS block were removed and replaced to take advantage of the early partial delivery schedule from the manufacturer and to maintain safety. Under second phase the remaining damaged EMAS was removed and the remaining site and pavement was improved for the future delivery of the EMAS material from the manufacturer. This change order number three includes the installation of the delivered EMAS material for the remaining 70 rows of the system and the application of the final pavement markings in accordance with the attached Phase 3 drawings, technical specifications, and the incorporation of additional Federal/FEMA/FDEM Contract Requirements. The total cost to complete the work as noted within this change order is an increase of$741,713.40. See attached price quotation from Charley Toppino&Sons, Inc. Net change to contract Change Order 3:$741,713.40 The project commencement was March 5, 2023 This Change Order 3 increases contract time by 45 calendar days. Contractor agrees to accept the increase/decrease in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. M NROE COUNTY ATTG7CtNE`t ,✓" I O)VE S Tip Ff7 This Change Order 3 represents 4.3% of the original contract price. PE ✓ "( A� .�,�. v. ._., Not valid until a rovad by Owner Architect if applicable), and Contractor ASSI UNTY AMRNEY Date. 5/4/23 ARCHITECT/ENGI i EL�� ....- 5/3/2023 Date CONTRACTOR LU ° ") L23 Date AIRPORTS DIRECTOR ~ 5:3.2023 Date .. COUNTY/ASSISTANT ADMINISTRATOR 05.10.2023 Date Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes E'] No If Yes, explanation: 1. This additional work was not anticipated as it is in response to damage Hurricane Ian caused to the existing Runway 9 Engineered Material Arresting System (EMAS) at Key West International Airport. This work is being performed in the most expeditiously manner to return this important safety feature to its' original condition, • Change Order was included in the original specifications, Yes [:] No If Yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes El No E If Yes, explanation as to why it is not subject for a callling for bids: • Project engineer/architect approves the change order. Yes FJ No El If No, explanation of why: • Change Order is correcting an error or omission in design document, Yes ]No Should a claim under the applicable professional liability policy be made? Yes No Explain: AddOMbb& PRICE QUOTATION Attention Chris Bowker DA"I E 3123/23 Jacobs 200 W Forsyth Street,Suite 1520 Jacksonville, FL 32202 ITEMIZED QUANTITIES Location: -3.4.21 S Roosevert E-,'Ovd,Kra West F 1,33040 1 Scope: EMUS Re cerne t-Phase 3 nova Item ........ ................................ 1 !y i os t Notes —----------- PHME 3: 1.0 LS 611,02500 $ 611 02500 2 Painted Pavement Markin s to—L'q $ Duo 00 3NPisc.Durripsters(inctudes rnownp onsite by CIS) 300 EA $ 1,29000 $ 38,70000 2,7500 SF $ too $ 19,25000 ---------------------............. ............... ................ Subtotal Bonds,($20001Thousand) 10 IS $ $ 15 738 40 Is $ .......................---------- ----------------------------1—C) ........................................... ..................... ------ ...................... ,�el'I�—IC L()n q!1!2,1-111,92 L�c L LPL L Notes: 60Ni6,EH7S(QUO IEDAS ---Exclusions: Vt roes,FMAS marerW Prepared by: Estimator ........... ................ -------------------------------......... .......... ...... ------------------------- Sons,Inc. L—Crate: 3P23P23 '' - i/o//// i Q Q LL Co x. �C CO) a Q z Cl) 0) W QJ Z J CD LL V N QWVcn LL ' QQ OC Z N a �� N Fr LU Cl) Lu z a > / � v 0 W 0 V � Z - r i C g ui O F O G tjq �tS o i § $ g 5/1 5 NOiion iSNO 2o�03f1SSl �] N ONdOd��HadNdO(INV m E p ShcON�HadNdO i=Oad o 1 - wp - w- >�- �� 0w - -E Qo oop p¢LL_ ao -0 �m < o o� M. XOd z Owz o - mm F m0>mprolm_ mo Jjo<zWWpO m _ OX w p-t� F¢p0 ZO <ZQ -Z dm- O z ���0 OmmW W F zz2 'mo z 020 -F2O O OQI , m ILLZ OOm - �Om0 "oFw-�—''2O � �w �o 1aop3 r m < o } w wm' W LL 'U' 0zmoim'=�pz -- �w� IQ mar 0wmw�Y 00 w U1<50 Z <mU o w LL 0 D K m -w wQ - r m J�OWFp��o --_ Wo2N w '­0 Q =w w �w11> ood � oW. mw.' , ago w Wo� -O -- - o - O ME w a3:oQ =mo _ oho - _ om ww r w zp~~ 11 - -mwo J - - oo_- w~ ' w IS ow "wd o �W w zw - UOQ -o (n B0 ��0 0 � ww o N �pQ - Nzm >o- - W - «' Fwg m - QQl - 0 Ow Z - _ _ O -Q> OOW a Z- o w -NOF o Wo — w i�m - oww . o - z m'� o o w<. oXo '0 =J - 3w a o _Q opo F p¢ wow< w No Z F- F - a' - o U` wh '— Z owsw <-- w m - r � U _ _ FF wF U w Ww � w O s w lo- _ o Jo� ��w o U 0o.o z m _2 w�z 0 a wUa 0 owio _ UwUOU om�m �2 11 0 Del ¢ M Q Of M Q a a a w1 p� �� F� �� _ Foam - Yz �- <O� Q� w Wo j w¢�F -000z �� o ��0 oo �Ew<>u w o =01aM =1 p 20 0z-> O< � < w<&o< o moo¢ IN =�=zo - �w w�zao W rIN O z - o�3wo< - omo60o z0 �'o< z o,oz o W LL. OLL 0-Q - �zao oM , oFO a1.1.o � _. w g � - w>U N,Joo z �o m� a m w w w - o 00 --- � am�� - 8- ow� --w m o<90 =� m ¢ IN UO - oo m z 0 o _ - m ma�; - w on � o� � z F Wa > o ozmmo = <ow =W M 0 M 0 1- r o _ Q w o o. Ol � a ` o - < < mo� -< < _ mr mp oWo z o o �a wz m 0a o w o w o _ OLL < o m <-ll oo0 o a o ll< o '< 3 em- W�ll oa w ww zX� zO o _ oxD mm om o � o a m Q I a ❑ U < NO iion iSNOO 2 o0 03f1SSl .ea mm .om� ..� see�ewnx xo seaxoxsimso3m sirs awwes °�°°xms 3n�xowser ose Sins ssxsuxos mooc „x sqo3eC ShcON 4NV NV�d o SSdOOH NOIlomJiSNOO liZOA C7 o w - w ` s J N � '��'her, <,� ♦� 1; , .�'♦° l �J J I "" P��pp � •�� I 5 r 1 V4 II a w " 1 / 1 i d 1 z W 1 w W L t G 1 Q W W ai 1 a U 1 w e 1 ¢ _ o F 1 o z z z W 0 o o d 1 it F a a LL i I 1 ZV MVl x� z o m L--"asz m W� o m o a r ur oo wwm �o am ��a � oa 0 Ug a m =Qo Uz awea � aW o~ o w i W LLLL z�z m a ��' 'a' W > � o s max w z� -o zo Qoo wo o� o P w �xzomm 'o o�w W «=Ww w ♦ i w w>`�U --o ♦ �i N Q zw LL< QM.' &>0� oy stNst 1 \' ZO aou mmzo. a z�� mo Rw 1 ~ Sao �W ♦ U o� zxxxx �� o w� a U Z p 6�a � ❑ U Q NOiion iSNOO 2o0 03f1SSl oz=sgo3e ShcON(INV NV�d o�oNo, gs��y a ONISVHd�VaENdO i 0 ao Z � 3 wz o w �z 1' - < �r 0 Q w z ,n o � > mm W O o� J m O 'W m 0 1. z W m w w¢W o 0 r , o �m �t-ow d' , a>o > K m oda LU Y ¢ moo ~m¢ H K 3 U of < s O 0w �3ow ? �r� > m wo m �il ., a p<J o Z �za o Wz d w� zoQ M W r z zo uw z LL wz <z o z m z w w aaz ; m P. .....:....... .�,. w w O w o ' Z 0 < ° o� m W SV AVMIXVl - 0 z d 3 m w m m �i w O r m U mo�'d� i w U m o v m LL Y Q < LL d z!wp �m + LU 8g z a w &�1 Iwo aw da dui �QWo moo 001, m Zz mo=l o ir3az aiWd¢o v mm w 0 o �Q -o o�Q u o "T wzomQ� o 0 3o o�xm`v mrm or z o\ m 1. 1. l (n �w ao zaz �� mo }I _ i o a o =o� o zo m o.ww u a �oow w 103<3 z z w oa 3a o jo�o oo 'tea �Q� m j O mQ �� �o ���o �Qo�,F 'o' Q Q�z~ rl�al�� LL a m�3 = m�LLoN� �rYm�Qoi<m0w3m�ir rWo roO� 0z03 Qmo z 0 rr zo mQ oowQ Q m" w �3 mo i',o.� �loll. awo m z �m z O w III U U m a 11 ❑ U Q NO iion2iSNOO 2 o0 o0 nSSl .ea mm .m�o ..� �� see�ewnx xo eeaeoxeim�o3m�ie�� ShcON aNH SWd Sq038- ONISVHd AlddVS m o N0iio JiSN00 8£aNV V£dSVHd <� a - - w 00 w 00 - w� I u 1, w� w �� wo - �x10 OQ< - <w w wo - - _ o�o z �z 3�w < m� �- IQ w < �- _ � o a E< W 2W &. IQ a ddoQ 1z Q ... iNaNaAVd idOdns smw iNaNaAVd idOdns smw mT mT (SNNnhoo W (SNNnhoo W SAOM9 SVN3 SYIOM9 SVN3 SOS LZL SOS LZL t t Im 0 w < � 0 Q — F — Z_ Q Z a O m m10 m Q Q w w w a m U W a N 43 I 43 m m "xw "xw ❑ U Q NO iion iSNOO VoO 03f1SSl �sClOnler` NH�d m O JNIMVA 1N3A3AVd U a Z Z �4r4 m 9 dlD W, tHl0 0 d A11 1441 >w BOOS u y 0 o d Rl t 0 W + O W w 6 Jo W _ MVQ 1 mom dos of Qu I U) ,w mw W > w= F <�Fa II oZ �oo�F�w Z oaw0o w> Y om 1,10 0o Q �--000,> 2 m<m II � 0� 0r o= w¢w + a =w J 0,00 m0m 1 < W �Jo V Z O W W¢ d�U ¢ Z ❑ U Q NOiion iSNO 2 oO 03nssi =iggpjg` SNOUO3S o (INV NV�d inoAv�SHWd U oz a 0 < wz 0 m w ®❑❑® SO 0 mm 0 '0 m S e w w< - Lti 9Z8 v F rF SVN3 GN 3 z Y�. z Q — K — U r..0 F Z Z lu — O O �o U W W Q (j) o W m W U U cS UL tl tl tl tl tl tl'.tl tl tl tl tl tl tl',tl tl iiY tl tl,tl,'.tl Y tl tl Y;tl,tl I QW w a wa o 0 0 - �a � mmm MEM rn r tl z 8 tltltltltltl.tl r tltltltltltl4 a r� rr� r� MMMEM;r� rrr� r � <w r! rr MMMI tlrrrrr.rrp 16 .0 wz Iw w� JIM oIQ / aUO a `n �t—#i T4 Z Z 0 0 �0 W M 0 W � co 0£981b9 V1S F Q =F Q v v W ry W N jj m m ao mu wo o ❑ U Q NO iion iSNOO 2 o0 03f1SSl f oo=sgo3e�oz d, �iviaa inoAv� o NOM8 svA3 E �, U N w z �o w ,: zo I I I I I � ooz 0 �Ywm z u3: w �> m� 11 z m w w z > w � O o � F � F O �z o > 00, 0, mwm m a um< uw uo m � um�o 0 W � M o Zo b i m� m F�z� p �o� F O W Q w zo ol VA I Q I I I I J I J ❑ U Q NOiion iSNOO 2oO o3nssl S�IHl34 SHW3 m ti m E CU Iti QZ+gS H IS 8 08 _ bL £8 N Z8 p Z O N L8 F N08 F g U w oz 6L UO N 8L J N LL O — F N 9L O g w oZ bL w z Q LU NEL z O ow. CO N ZL J W Q oax 0 N LL Q � a o I u N at z OZ 69 = r�i N 89 oP w m x N L9 XFw w w O O N 99 W N 09 O o 9 Z N z9 UU N L9 oOZ 09 U)N as w ss o X _ oz _ u oz Ls — -8 N 9s U J OZ SS < w " -^°- �� N Os N £s L N zs oz Ls oz os N 6b oz ab Q._luC9 oz Lb Z OZ 9b Q NSb C z g OZ bb W OZ £b LLI IQ— 0 N0z Lb Zb R' z w a — - — 0z ob Q — N 6£ W 0Z 8£ — — N LE N w — N S£ — OZ_ b£ O"oN ££� aQ OZ Z£ N L£ — W N 0£ z Q O u w v N6Z — — oLL F 0,/U 8Z U LZ O m � x (] = O� UM K (n ww w w w J 8L SZ W W 8L/LL bZ 0 v U) LL £Z Z Q z 9L ZZ Q W a.Ci 9L LZ w a W 9L/sL oz W U SL UC9 a SL/bL 8L UO r bL LL g w o — ~ bL/£L 9L W L SL £L/ZL bL i ZL £L i W Z wIF - L a ro Q0. <," Z ,u L/LL ZL m x O Ou'o L LL MMr — -- ol -u< U 6 WU' — L w�� 0 Us o U/6 a �ww — 6 L O LLO � J 6/8 9 m W J 8 S o �[p alL b z _ — d31S ON U 2 L E � m "s o<1 0 m U) O UM x LL yx x � O 11 J 1 j W U)u9 Z > z� oats 0 Q 9 L� w 8 m , oe 9a+x N is _ -0w o a ❑ U Q TECHNICAL SPECIFICATIONS Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons,in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative (RPR) Eaginee MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the pro]ect. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the RPR Eaginee may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the RPR Eaginee upon arrival of a shipment of materials to the site. 620-2.2 PAINT.Paint shall be waterborne,in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in white,yellow and black in accordance with Federal Standard No. 595. a.Waterborne.Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I. b.Epoxy.Paint shall be a t-we ee ifn�tm 99 per-eent selids�ype system eeafefmiag to th-e fellewing� (1) Pigments. Geffipenent A. Pefeent by weight. (a)White.! (b)Yellow and Colors.! • (3)Amine Number. Geffipenent B. When tested in ffeeefdanee with AST-N4 D -2074 shall be (a)White! The daylight difeetienal fefleetanee ef the white paint shall net be less than 75 pefe (fela+ive te — cide), when tested in aeeefdanee with Fedefal Test Methed Standafd (2) Epo*y Content. Geffipenent A. The weight pef epe" ecittivalent,When tested in aeeefdaffee 141RIGEN M *hed 61-2 RUNWAY AND TAXIWAY PAINTING P-620-1 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS per-eent(r-e! I i asiwn &iide),when tested in aeeer-da-nee with Federal Test Methed Standafd(b)Yellow! The daylight dir-eetional wfleeta-nee of the yellew paint shall not be less tha-H 38 below:for-t+affie yellew standafd 33538, or-shall be eansistent with the teler-anee listed .462 .470 .479 .5 01 3L-4-�g 3L-4 55 3L-4 29 3L-4 52 (a) Sample Preparation.Apply the paint at a wet film thie-kness of 0.013 in(0.33 fnfn)to f6i 1414/GE�4,Method2013. Air df the sample 44 he-afs, rde-sta-Rdafd , rditi r- (b) Testing Conditions. Test in aeeer-da-nee with AS4A4 G 15453 �tsiag both U4a Violet(UNI B) he-afs , rdeas to o at 40 or (e) Evaluation.Remove the samples and eandition for--24 he-afs H*der-standafd eanditions. `1-ove. Eyc`lhs` e for-E6�`-need ;t�rchrcrhe eerier—r—e ccii€�}€ass n.,,.� tin Appea&k n raethe,a 24 eeler-s shall ben m test in aeeer-da-nee with AST-M P 968, Methed A, &keept that the inside diameter-of the fnetal gttide t-abe shall be fFefn 0.74 7 to 0.750 in (18.97 to 19.05 mm). Five liters of-H*�tsed sa-Rd shall be�tsed for-eaeh test panel. The test shall be ftffi en twe test panels. FNete� fiie litefs ef sand weighs 17.5 1b. (7.94 kg).l Bet baked and weahefed paint filffis shall fecittife net less 4ian 150 litefs ef sand fef the feffleiffl ef the Paint filiiiss. (10) Hardness, Shere. HaMness shall be a+least 80 when tested in aeeefdanee with AST-M D 2--240. (1) Pigments. Geffipenew A. Pefeent by weight. (a)3A'hite.! • (b)Yellow and Colors.! • RUNWAY AND TAXIWAY PAINTING P-620-2 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS (relative to — kide), when tested in aeeer-da-nee with Federal Test Methed Standafd(a)IA'hite! The daylight dir-eetional wfleeta-nee of the white paint shall not be less tha-H 75 per-e 14 1 Tl/GEE Met-he 61 7 1 per-eent(r-e! I i asiwn &kide),when tested in aeeer-da-nee with Federal Test Methed Standafd(b)Yellow! The daylight dir-eetional wfleeta-nee of the yellew paint shall not be less tha-H 4 5 below:for-t+affie yellew standafd 33538, or-shall be eansistent with the teler-anee listed -462 4785 4799 .501 3�g �� 3 .429 .452 (a) Sample Preparation.Apply the paint at a wet film thie-kness of 0.013 in(0.33 fnfn)to f6i ,Standafd No. 141P,/GENT. Air-dfy the sample n 4 he-afs, rde-standafd , rd ti r� (b) Testing Conditions. Test in aeeer-da-nee with AS4A4 G 53 154 �tsiag both U4a Violet he-afs , rdeas,te o .,t nn or (e) Evaluation.Remove the samples and eandition for--24 he-afs H*der-standafd eanditions. `1-oye. Eyc`!l}k e f$rEeafefm-need with the eerierre ccii€i�}€its n.,,.t tin Appea&k n >\aethe,a 24 eeler-s shall ben m shall be ffeffi 0.74 7 te 0.750 in (18.97 te 19.05 ffiffi). F4ve litefs ef tffittsed sand shall be t1sed fef efteh test panel. The test shall be ftffi en twe test panels. FNete� 5 litefs ef sand weighs 17.5 1b. (7.94 kg).! Bet baked and weahefed paint filffis shall fecittife net less 4ian 150 litefs ef sand fef the feffi&Val ef the Paint filiiiss. (8) Hardness, Shere.HaMness shall be a+least 80 when tested in aeeefdanee with AST-M D -2-240. d. Sokent Base.Paint shall ffleet the fecittifeffients ef Fedefal Speeifiea+ien [A A 2886A Type 1 of Type ffl. e. Preformed T-her-moplastie Airport Pavement Markings. Mafkings ffittst be eeffipesed ef estef F with (2) Graded Glass Beads. by weight. The iwefRii�Eed beads shall eenfefRi te [Feder-a! Speeifieation. T-T- B > > RUNWAY AND TAXIWAY PAINTING P-620-3 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS 0 )per- 10 sq. ft. These faetefy applied eeated sidffaee beads shall haie Size Gradation Retained, 0% Passing, % US Mesh 44 4:788 0 20% 99 i 000% 4'!4 1400 8 �.50% 9�5�� 4H 4488 2 250% 75 990% 49 4000 29 O% T7?20% 24 45-0 6� % 29 �70% } 6!n 0n 6 7 7�70% 2Z ZZO �GVn tl� Fpi-�Y-rr7a z�T�_r�_pr��� o5n4 4W 99 950% yam�--�ipo%� BH YG4 97 100% (3) Heating indieators. The top stiff4ee of the fnater-ial (same side as the faetefy applied stiffac-e beads) shall have wgttlafly spaeed indents. These indents shall aet as a visttal ette dw4ag applieation th the fnater-ial has r-eaehed a maken state so satisfaetefy adhesion and proper-bead embedment has been aehieved and a post applieation visttal ette that the installation pr-eeedttfes have beell fellew (4) Pigments.Per-eent by weight. (a)IA,hite: zT-ii-.,,-,itt Pi&ide A STAR P 476 f.pe 11 sh,ll,�P€�C€� (b)Yellow and Colors.! • (fela+ive te — cide), when tested in aeeefdanee with Fedefal Test Methed Standafd (a)IA'hite! The daylight difeetienal fefleetanee ef the white pffint shall net be less than 75 Pefe 14 1D,1GE.r M *hed 61-2 pefeent(fel I i — �,sittffi e�Eide),when tested in aeeefdanee with Fedefal Test Methed StandaM(b)Yellow! The daylight difeetienal fefleetanee ef the yellew pffint shall net be less than 4 5 • -462 .478 .479 .501 9 .455 .429 .452 (7) Skid Resistanee. The suffiaee, with pfepefly applied and effibedded suffiaee beads, ffitts RUNWAY AND TAXIWAY PAINTING P-620-4 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS s-H*Iight, water-, salt, or-adverse weather-eanditions a-Rd imp to aviatiea fitels, gaseline, and oil. fFOfHf-ftillat- pr-eviettsly applied thefmaplasties when heated with a heat satifee per-fnaattfaetttFer-'s weemmeadation. fnttst be faetefy assembled with a eampatible fnater-ial and inter-eanneeted so that in the field it is ne neeessaty to assemble the individttal pieees within a mar-king segment. Obtaining fnttkieeler-ed effeet by 620 2.3 REFLECT-11TE MEDIA. Glass beads shall ffleet the fef Fetieral Spee�fwiafioif.- TIT B 1325-DL, Type L,gmdadoif A . Glass beads shall be tfea+ed with all eeffipa+ible eeupli Paint l+..d.... Beads,Glass Type7 Glass Beads,Type 11 Glass Beads,Type A' GFadation White Cep Cep Cep RUNWAY AND TAXIWAY PAINTING P-620-5 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F(7 °C) and rising and the pavement surface temperature is at least 5 °F (2.7 °C) above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F (49 °C). 620-3.2 EQUIPMENT.Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the RPR Eaginee . 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION.Paint shall be applied at the locations and to the dimensions and spacing shown on the plans.Paint shall not be applied until the layout and condition of the surface has been approved by the RPR Enginee . The edges of the markings shall not vary from a straight line more than 1/2 in(12 mm)in 50 ft(15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 in(910 mm)or less f1/2 in(12 mm) greater than 36 into 6 ft(910 mm to 1.85 m) f 1 in(25 mm) greater than 6 ft to 60 ft(1.85 in to 18.3 m) f 2 in(51 mm) greater than 60 ft(18.3 m) f 3 in(76 mm) The paint shall be ffli�ied in aeeefdanee with the fflantif-aettifef's ins"etiens and applied te the pa-�efflen pefied ef 30 days shall elapse between plaeeffient ef a bitufflinetts sfffflaee eettfse ef sea! eea+and appliea+ien ef the paint. RUNWAY AND TAXIWAY PAINTING P-620-6 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS Table 1 Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Glass Beads Type 1, Glass Beads, Glass Beads, a�en�4 �tType A Sq ft per Pounds.. gallon„r Pounds.. gallon„r Pounds.. gallon„r Paint Type gallon,ft�/gaL paint ,h ,,.,,, �+,h ,,.,,, �t,h ,,.,,, l. �l. lit ins per (Km per-liter-of paint (Km per-liter-of (Km per-liter-of paint liter, m�/I) ) pa4 115 ft'lgaL max ""'� 40 l Waterborne (2 8 m211) �a� „ � Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb./gal. (0.24 kg/1)for Type I and Type IV beads.Type III beads shall not be applied to Red or Pink paint. Glass beads shall be distfib�4ed"an the fnafked afeas at the leeations shown an the plans to weeive glass beads immediately after-applieation of the paint. A dispeaser-shall be fitmished that is pr-eper-ly designed for-a4aehfneat to the fnafkiag fnaehiae and s�titable for-dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to blae-k paint. Glass beads shall All emptied containers shall be returned to the paint storage area for checking by the RPR . The containers shall not be removed from the airport or destroyed until authorized by the RPR Eaginee . 620 3.6 APPLICATION PREFORMED ED AIRPORT T PAXEMENT AI A D7ITNGS bend in the fflafking/substfae inteffiaee, the fflaefials ffitist be applied using a Vafiftble Speed pfepelled ffiebile hea+ef with an eff-eetive heaing width ef ne less than 16 ft(14.88 ffl) and a ffee span between Suppefting Wheels ef ne less than 18 ft(5.4 9 ffi). The hea+ef ffitts .,.i t the..—I fadiaien te t 0 0 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the RPR Enginee . The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. RUNWAY AND TAXIWAY PAINTING P-620-7 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS METHOD OF>\4E n cT ry E a1rrrr 620 4.1 The q�t&44y of Fdnwa-y and tffliiwa-y fnafkiags to be paid for-shall be the number of square feet of refleetive and non refleetive pavement markings and the number of pounds (lim) of refleefiv_e medial [the number of square feet(square meters) of preformed markingsl [one eomplete item in 620 4.2 The quantity of retro refleetive markers shall be paid for eaeh marker installed in plaee and aeeepted by the RPR-. BASIS OF nwfleetive fnedia. This pr-iee shall be fitil eampeasation for-fitmishing all fnater-ials a-Rd for-all 620 5.1 Payment shall be made at the r-espeetive eeatfaet priee per square foot for refleetive and noft- refleetive pavement markings for-Fdawa-y and tfflkiwa-y painting [, and [priee per pound (Iim)l [himp sum prieel [priee per square foot(square meter-)I [lump sum prieel for preformed markingsl fe , tools, and ineidentals neee-s`aty to eamplete the item. equipment,installed. This priee shall be Nil eompensation for furnishing all materials and for all labor-, tools, and ineidentals neeessary to eomplete the item. Payment will be made H*der-: kem P 620 5.1 11 Painting [per square foot(square meter-)I [lump sum4 >t,,.., v tin �-z Tt,,... P 620 5.1 z TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis of Glass Sand ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No-Pick-Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive RUNWAY AND TAXIWAY PAINTING P-620-8 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS ASTM D 1213-54 (1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water-Exposure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141D/GEN Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal Regulations 40 CFR Part 60, Appendix A—Definition of Traverse Point Number and Location Code of Federal Regulations 29 CFR Part 1910.1200 —Hazard Communications FED SPEC TT-B-1325D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description Paint, Traffic, Solvent Based (CID) A-A-288613 FED STD 595 Colors used in Government Procurement END OF ITEM P-620 RUNWAY AND TAXIWAY PAINTING P-620-9 Jacobs Key West International Airport 1/23 Monroe County Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS INTENTIONALLY LEFT BLANK RUNWAY AND TAXIWAY PAINTING P-620-10 EYW—Key West International Airport DRAFT ITEM P-555 KEY WEST RUNWAY 09 DEPARTURE END EMAS BED INSTALLATION DESCRIPTION 555-1.0 This item shall consist of the installation, of an Engineered Material Arresting System (EMAS) at the Departure End of Runway 09 in accordance with these specifications, manufacturer's requirements, and the contract drawings, at the locations and to the form and dimensions shown on the plans. This item shall include all labor, transporting materials from the designated staging area to final placement,and installation of the materials for the EMASMAX bed as well as the necessary tools and fuel to complete the installation and maintain materials at proper conditions on site. MATERIALS 555-2.0 SPECIFICATIONS: The EMAS materials shall be manufactured in compliance with FAA Advisory Circular 150/5220-22B.Asphalt Cement for Use in Pavement Construction shall be in compliance with ASTM D 946. 555-2.1 MATERIAL ACCEPTANCE. The EMASMAX bed shall receive final product release until the following installation tolerances are met: Dimension Lower Tolerance Upper Tolerance Width of Bed -0.1 % +0.1 % Length of Bed -0.1 % +0.1 % Height of Bed -.25 inch +0.75 inch CONCRETE WORK(For Information Purposes Only) 555-3.0 INSTALLATION OF CONCRETE ANCHOR BEAM 555.3.1 SUBMITTALS. The CONTRACTOR shall submit the following shop drawings: • Concrete mix design, curing compound, and reinforcing steel conforming to FAA Specification P-610, Structural Portland Cement Concrete using 4,000 psi concrete mix 555-3.2 Concrete.All concrete for work under this section shall conform to FAA Specification P- 610, Structural Portland Cement Concrete,using 3/4-inch maximum size coarse aggregate. 555-3.3 Layout. The CONTRACTOR shall layout the Concrete Anchor Beam in accordance with the Contract Documents showing the location and dimensions required. 555-3.4 Installation. The CONTRACTOR is responsible for the complete installation of the anchor beam in accordance with the Contract Documents. 555-3.5 Quality Control. The CONTRACTOR must place the Concrete Anchor Beam in accordance with the EMASMAX manufacturer's installation specifications, FAA Specification P- P-555-1 EYW—Key West International Airport 610, Structural Portland Cement Concrete, and a Quality Control Plan approved by the Runway Safe. The Concrete Anchor Beam shall be poured monolithically, and the edges shall not have chamfers or radii.Placement tolerances are extremely important in installing the Concrete Anchor Beam to allow for proper EMASMAX arrestor bed installation as shown on the drawings and included in this specification. The back of the Concrete Anchor Beam(side facing the EMASMAX arrestor bed, shall be perpendicular with the runway centerline as measured from centerline to each end within+/- 1/4".The length of the anchor beam shall be 120' +3"/-0". The top of the Concrete Anchor Beam shall match the elevation of the adjacent pavement. The EMASMAX manufacturer shall inspect the Concrete Anchor Beam to confirm proper placement prior to installation of the EMASMAX blocks. The CONTRACTOR shall inform the EMASMAX manufacturer two weeks in advance of planned Concrete Anchor Beam completion so that the inspection can be scheduled. CONSTRUCTION METHODS 555-4.0 INSTALLING THE ENGINEERED MATERIAL ARRESTING SYSTEM (EMAS) 555-4.1 WEATHER LIMITATIONS. The surface of the asphalt pavement that is to receive the EMASMAX blocks must be dry and above 40 degrees F, and rising, before EMAS block installation may begin. 555-4.2 REMOVAL OF EXISTING EMAS. The Contractor shall remove the existing EMAS blocks as shown on the contract drawings. Removed material shall be disposed of off airport property by the Contractor. Removal of the blocks adjacent to the existing anchor beam shall be performed by hand or by methods to avoid damage or disturbance of the existing anchor beam. Any damage or disturbance to the anchor beam by the Contractor may result in full replacement of the anchor beam at the sole expense of the Contractor.No additional time will be added to the contract as a result of the Contractor replacing the existing anchor beam due to damage caused by Contractor. 555-4.3 REMOVAL OF EXISTING DEBRIS DEFLECTOR. The Contractor shall remove the existing debris deflector as shown on the contract drawings. Removed material shall be disposed of off airport property by the Contractor. The Contractor shall carefully remove the existing threaded bolts that secure the existing debris deflector and protect the existing threaded inserts embedded in the anchor beam. Threaded inserts are to be reused for installation of the new debris deflector. 555-4.4 WORK SUMMARY FOR EYW RUNWAY 09 DEPARTURE END The EMAS bed installation for the Key West International Airport Runway 09 Departure End involves the unloading and placing of 2,520 pre-cast cellular concrete blocks into a prepared bed as shown on the plans with dimensions of approximately 121 feet wide by 340 feet long(30 blocks wide x 84 blocks long). The blocks are manufactured by Runway Safe Group. The blocks are nominally 4-ft. wide x 4-ft. long x 3 7/8-inches up to 20 7/8 inches in height. Contingency blocks will be available to adjust for blocks damaged during shipping and installation. Pallets, extra material, and extra blocks shall be repackaged for transport back to Runway Safe Group by the CONTRACTOR. EMAS blocks are shipped to the site stacked on pallets. The largest pallet of stacked blocks is nominally 4-ft. x 4-ft.x 77-in. and weighs approximately 2,000 lbs. The logistics for receiving and staging of the 53' enclosed trailers containing the pallets of blocks will need to be determined by the CONTRACTOR with concurrence by Runway Safe Group and the Resident P-555-2 EYW—Key West International Airport Project Representative (RPR). It is desirable to commence installation of the blocks when approximately 30% of the EMAS blocks have been delivered to the staging area. It is estimated that delivery of the blocks and other related installation material requires about 54 trailers. One trailer will be refrigerated to maintain the environmental conditions necessary for the joint sealant. This trailer's refrigeration unit will be fueled by the CONTRACTOR. Runway Safe Group will have a field representative on-site during the installation of the EMAS system to train the CONTRACTOR's personnel on the proper handling of the EMAS blocks and installation technique. In addition, Runway Safe Group field representative will inspect the installation progress and quality of the work throughout the EMASMAX installation. Training by the Runway Safe Group field representative and familiarization with the EMAS product by the CONTRACTOR on the proper handling and installation procedures is crucial to having a proper quality installation. The training will occur in the initial phases of the EMAS block placement process. It is required that the CONTRACTOR's personnel perform the installation in strict conformance with Runway Safe Group's installation specifications and the project submittals approved by Runway Safe Group. There will be no deviations from these specifications without prior written approval from Runway Safe Group and the RPR. In the event there is a material loss during the installation work due to non-conformance with the handling or installation specifications of the EMAS product, the CONTRACTOR shall remove and replace all material losses at no additional cost to the Airport. Dates for access to the work site and EMAS block installation are provided in the airport's contract bidding documents. It is anticipated that fourteen to seventeen, nighttime, 8-hour shifts will be required daily, excluding Saturdays and Sundays, until the job is completed (this estimate is subject to change based on further work conditions and consideration provided by the Airport and CONTRACTOR). It is expected the CONTRACTOR will make appropriate adjustments to the labor and material requirement to meet the installation schedule.In the following labor breakdown estimate, seventeen (17), eight-hour night-time shifts are assumed, with some arrangements for an early start for the asphalt cement melting kettle warm-up operation. Utilizing one block installation crew (16 laborers), normally 320 EMAS blocks can be installed per shift except for a planned first day quota of 42 blocks,second day quota of 126 blocks,and all subsequent days having a daily expected installation of 320 blocks. Because training and familiarization with the EMAS block placement is crucial to correct installation, CONTRACTOR will be required to revert to 42 blocks per shift quotas without additional compensation after any significant crew changes. Specifically, if a new crew, in whole or in part,is put in place after initial start-up, the Runway Safe Group field representative has the unilateral authority to reduce the daily installation quota to ensure proper training is accomplished. That decision will be based upon the magnitude of the crew change and the contractor's demonstrated performance. Additionally, the Runway Safe Group field representative shall have the authority to identify and retrain any CONTRACTOR representative who is unable to provide and maintain quality workmanship in the assigned tasks. All EMAS joint sealing must be installed to a high-quality standard. All the top joints of all the blocks will be sealed with backer rod and self-leveling caulk("In-Gap").The side and rear(vertical) joints will be sealed with self-adhering tape (side coating). The sealing joint tape must be installed with minimum overlapping of joints. The specialty self-adhesive joint sealing tape is adhered to the adjoining blocks.This seam sealing material cannot be stretched and requires a careful installer. Prior to any blocks being readied for placement, the CONTRACTOR shall be required to demonstrate their ability to apply and finish the backer rod,self—leveling caulk and tape in a manner P-555-3 EYW—Key West International Airport acceptable to Runway Safe Group field representative. In addition to sealing the joints to prevent moisture intrusion, the finished installed self-leveling caulk ("In-Gap") taped joint must be aesthetically pleasing, i.e., look good. In order to help achieve the desired result, Runway Safe Group will provide 2 hours of training to the CONTRACTOR in EMAS block joint sealing. This project includes approximately 300 gallons of self-leveling caulk.Full and careful consideration of which Contractor personnel to assign to this sealing work is encouraged, as experience has shown workmen not fully experienced in sealing usually do not meet Runway Safe Group's quality or workmanship standards thus leading to job delays and rework at the CONTRACTOR's expense. Runway Safe Group's experience has shown that this sealing effort will be the task which paces the job, since it is recommended that all blocks installed during a work shift have the top joints sealed by the end of the install shift.The entire thrust of these requirements is to attain and maintain a very high level of placement competence and quality of installation. If night work is required, the CONTRACTOR shall provide adequate portable lighting for use at the work site before dawn and after dusk.For EMAS installation and finishing work, six large self- contained mobile four-bulb light plants,such as the Allmand MLT 3060 or similar,is the minimum. In addition,if night work is required, Runway Safe Group's experience has shown that installation pace will typically slow down, and workmanship is more likely to deteriorate by the CONTRACTOR. Therefore, Runway Safe Group highly encourages day work when possible. Before any shut-down of contract operations, all equipment and materials used at the work site shall be moved by the CONTRACTOR to the designated airport mobilization site, to assure safe aircraft operations between the contractor's work shifts. Initial receiving operations at the staging area can be at any time allowed by the airport until installation commences.Upon commencement of block installation receiving operations would be expanded to include access control, which must be coordinated with the work periods at the work site. The CONTRACTOR is responsible for setting up the staging area and providing access control, a dumpster,all trash collection and rubbish removal,portable lavatory,and all other requirements for the duration of this proj ect.Control of Foreign Obj ect Damage(FOD)construction materials(block packaging materials, paper wrappers, hand tools, small parts, etc.) that are used during the installation of the EMAS is always of concern to an airport and must be controlled. It will be necessary for the CONTRACTOR to provide covered containers to hold all construction debris and refuse in at the worksite and/or airport property. The sequence for installation of the EMAS will be as follows: • Validate perpendicularity and condition of anchor beam • Validate smoothness of EMAS support pavement Installation of jet blast debris deflector and mark-out of installation grid (centerline, sidelines, rear edge line, and every block corner with a grid system of 4.05' x 4.05') • Installation of the EMAS blocks including Placement of backer rod material into block joints as needed Installation of PVC angle material along perimeter Installation of backer rod and self-leveling caulk into block joints Installation of side coating Installation of high and low perimeter block vents (sides and back of bed) • Complete any"punch-list"work • Painting of safety area markings (under a separate specification) P-555-4 EYW—Key West International Airport • Site clean-up and demobilization Specific works are as detailed on the following pages.Note:where this Statement of Work conflicts with the contract drawings,the contract drawings shall govern. 555-4.5 RECEIVING AND LAYOUT FOR RUNWAY 09 DEPARTURE END a. RECEIVING The RPR,at a staging area designated by the Airport,will receive the trailers containing pre-cast EMAS blocks and installation materials. "Receiving duties" are generally limited to acknowledging the trailer delivery by signing the trucker's delivery ticket. To avoid incurring any additional costs to the Airport, it is strongly recommended that any present damage to delivered trailers be specifically noted on the delivery tickets. After receiving the EMAS blocks and installation materials, the CONTRACTOR will assume immediate responsibility and control for the EMAS blocks and installation materials,including the protection of the EMAS materials by securing the staging location during the storage time and prior to installation. Prior to the start of block installation, approximately 30% of the EMAS blocks will arrive at the airport. Once installation is underway, the delivery of blocks will continue until all blocks have been delivered. Runway Safe Group shall determine and control the rate of delivery of truckloads of blocks in accordance with the installation rates outlined in this specification and keep the CONTRACTOR and RPR informed of the delivery schedule. Any requests by the CONTRACTOR to accelerate the truckload delivery schedule shall be submitted in writing to Runway Safe Group a minimum of 72 hours prior to the desired adjustment. Runway Safe Group does not guarantee that requests to accelerate block delivery schedules will be able to be accommodated. Blocks will be shipped in 53-foot air-ride suspension trailers. Blocks shipped in advance of installation will be stored at the staging area and will be left secured in the trailers. Blocks will continue to be shipped and received at the staging area during the installation program. The EMAS blocks are shipped stretch-wrapped on 4-ft. x 4-ft.pallets. b. LAYOUT NOTE: The paved surface upon which the EMAS blocks are to be placed must comply to the runway smoothness requirements of the surface paving specification of the EMAS support pavement and to the slope requirements set forth in the project drawings prior to the block grid layout and placement of any EMAS blocks. Runway Safe Group personnel will check the surface using a straightedge as outlined in the surface paving specification of the EMAS support pavement. Careful layout of extended runway centerline, sides and back edges of the bed rows and steps shall be augmented by field marking the perimeter of each block location for all the blocks. Because the sides of the blocks are not designed to be altered in the field, the field marking for block corners will be crucial for correct block placement, while edge layout lines will provide side and back block placement guidance.A surveyor,licensed in the state in which the EMAS is being installed, shall establish the control points for field layout marking lines. These control points shall establish the extended runway centerline through the EMAS, EMAS bed perimeter, and interim points both perpendicular and parallel to runway centerline within the confines of the EMAS bed on a 20.25 ft. x 20.25 ft. grid pattern within a tolerance of+/-1/8 inch.PK nails shall be used to mark these points. The entire grid layout must be completely installed and accepted by Runway Safe Group before any blocks are installed. P-555-5 EYW—Key West International Airport NOTE: Prior to establishing the points perpendicular to runway centerline, check with Runway Safe Group to ensure the debris deflector has been satisfactorily installed and accepted. The grid points will use the back of the deflector channel as the reference base. For marking the grid lines, the CONTRACTOR should use a durable marking system. Chalk lines and other such marking systems will not remain visible after the large amount foot and vehicular traffic associated with this installation. Experience has shown that a white,painted 1/8"string line grid on the pavement with block heights painted in each box appears to be the simplest and most effective method. A walk behind spray paint unit is recommended and works best in windy conditions. SUGGESTED LAYOUT LABOR FOR RUNWAY 09 DEPARTURE END #Of Personnel Task Days Area 6 Survey& Grid 3 EMAS Site Laying LAYOUT EQUIPMENT FOR RUNWAY 09 DEPARTURE END • Horizontal Survey Equipment with 1/8-inch(plus or minus) accuracy over the area occupied by the EMAS Bed. • Surveyor's choice of waterproof and durable grid marking devices (see recommendation above), however, all major points (20.25' grid intersections, rear corner, and centerline point) shall be marked with PK nails. 555-4.6 INSTALLATION PHASE FOR EYW RUNWAY 09 DEPARTURE END The air- ride trailers containing EMAS blocks will be received in the staging area designated by the airport. The CONTRACTOR will be responsible for moving trailers to the EMAS installation site as they are needed. The CONTRACTOR will unload the EMAS blocks and installation materials using a pallet jack and forklift. Great care must be taken when off-loading the EMAS blocks to prevent damage. It is strongly encouraged that the trailers be located on a solid surface as to allow for ease of forklift movements. The sides of the EMAS block are particularly vulnerable. Forklift load guards shall be covered with a cushioning material (foam or carpet) to help protect the EMAS blocks. Any foot traffic atop the blocks must be minimized.Anyone walking on the bed must have soft-soled shoes with no sharp heels (Sneakers or flat soled boots preferred). At no time shall any vehicle be allowed to drive on the EMAS. The jet blast debris deflector channels supplied by Runway Safe Group must be installed before the block layout grid is started and before any blocks are installed.This will provide a starting point for the grid layout. The debris deflector panels will be secured after a select number of blocks have been installed at the discretion of the Runway Safe Group field representative. The primary task involved in the installation of the two-piece Debris Deflector sections will be confirming that the 150 holes,sized 11/16"diameter x 5"deep,in the existing Concrete Anchor Beam and the grouted- in-place threaded anchors in those holes are fully functional. The CONTRACTOR must replace all defective anchors by replacing with Runway Safe Group-provided new anchors. The holes must be clear of dust, debris, and water prior to insertion of replacement anchors.It is highly encouraged to use a pneumatic air compressor with a long nozzle to clean out each hole prior to securing the anchors. After the anchors are prepared, the aluminum Debris Deflector sections are set into P-555-6 EYW—Key West International Airport position by hand and secured with 3/8"size hex head bolts threaded into the concrete anchors. Due to its frangible nature, people must avoid stepping on the Debris Deflector. The Debris Deflector comes pre-marked with"NO STEP." Prior to placement of the debris deflector sections, a bead of 100% silicone caulk shall be applied to the surface of the grade beam such that the channel and panel sections of the deflector receive a continuous seal from one edge to the other. Following placement of the debris deflector sections, a bead of 100% silicone caulk shall be applied to the joints between the panel sections. a. BLOCK PLACEMENT-Blocks less than 6 inches in height may be placed into position by hand. These lower height blocks have a maximum weight of 200 pounds but because of their size require four people to lift (one person per block corner). Blocks greater than 6 inches in height will then be placed into position using one of the four(4)CONTRACTOR Supplied forklifts. Each block will be pushed into its final position as marked on the pavement grid either by hand or using a forklift equipped with a means to protect the block from being punctured by the forklift tynes such as a push plate provided by the contractor. NOTE: The push plate should rarely be used. The blocks will slide easily into place within the first 20 seconds after coming into contact with hot EMASMAX standard adhesive.Improper usage of the Push Plate may damage otherwise good blocks. Prior to the placement of any blocks, the tar kettle should be purged to remove any excess or foreign material. The kettle should then be filled with 100 gallons of EMASMAX standard adhesive material, mixed and purged again. Immediately prior to placing blocks, EMASMAX standard adhesive, a hot asphalt cement augmented with a crack sealing additive,shall be applied to cover(minimum 90%)the area where the block will be placed at a rate of approximately 1.0 to 1.50 gallons per block and a temperature ranging from 360T to 380T.The hot asphalt cement/crack sealer coating is the bond or anchor device between the overrun surface and the EMAS blocks. The asphalt cement,while still hot, acts as a lubricant between the block and the existing pavement so that blocks will slide into their final position when pushed. Runway Safe Group's experience has shown that the total elapsed time from when the hot asphalt cement is placed to when the block must be in its final position is approximately 20 to 25 seconds,depending upon ambient temperatures. After that time, the asphalt cement will have cooled sufficiently to bond the block to the pavement, and it will not slide easily. If this occurs before the block is in the correct position, the block will have to be removed and replaced with a new block. NOTE: An adhered block cannot be removed without being destroyed. NOTE: All blocks have a particular orientation when installed. The backside of the block (the side away from the debris deflector) has the nominal height of the block, in inches,marked on that side. The forklift operator should always be facing the side of the block when picking up the block for placement. The block side with the serial (or batch) number faces the runway. The forklift slot in the tray shall be oriented when the block is placed so that it is perpendicular to the runway centerline. Block spacers, loaned by Runway Safe Group, are inserted between the blocks during the block placement process to provide a positive control on the gaps between the blocks while P-555-7 EYW—Key West International Airport the hot asphalt cement is cooling and to simplify the process of block alignment. Once the hot asphalt cement is set,individual spacers are removed and reused. As the first row of blocks next to the anchor beam is completed,the appropriate size backer rod is inserted into the joint between the blocks at a depth of approximately 5/8-inch from the top of the block, and then caulked. It is a requirement that all installed blocks have backer rod installed and be caulked by the end of the work shift unless otherwise stated by the Runway Safe Group field representative. Next, a specialty coating will be adhered to all vertical sides of the completed bed along with 2 inches of overlap onto adjoining horizontal block surfaces. For every vertical side and back row joint between blocks,high and low vents will be installed in the step riser. Finally, the appropriate pavement marking paint will be applied. This last painting phase consists of applying marking paint to indicate the EMAS arrestor bed as unusable pavement. The CONTRACTOR will supply the marking paint, any reflectorized beads to be used with it, and all labor under a separate pay item. Lastly, return of materials. The empty pallets are neatly stacked eleven (11) high,banded and loaded back onto trailers as well as any Runway Safe Group tools and remaining installation materials by the CONTRACTOR for shipment back to the EMAS production facility. The cardboard spacers shipped between the blocks need to be collected, stacked, and banded for return shipment to Runway Safe Group. NOTE: Some blocks may be damaged during transport, off-loading and installation. The CONTRACTOR must exercise care to minimize these losses for blocks under their care. The CONTRACTOR is responsible for removal of and disposal of any damaged block material.Extra pallets of good blocks left over at completion of installation will be stacked, corner-protected,plastic-wrapped, and re-loaded onto trucks by the CONTRACTOR and transported back to Runway Safe Group. b. DEBRIS DISPOSAL It is the CONTRACTOR'S responsibility to ensure all stretch wrap, plastic padding, and cardboard corner protectors (packing material) used to protect the blocks during transit, and all other debris generated by this project be collected at the work site, including the staging area, and properly disposed of off-site. All debris transport and disposal shall be in accordance with all applicable federal, state, and local regulations. Recycling of materials, especially cardboard products,is strongly encouraged. While within the aircraft operations area, care must be taken to ensure that all debris is collected and stored in covered containers to mitigate Foreign Object Damage (FOD) to aircraft. P-555-8 EYW—Key West International Airport 555-4.7 SUGGESTED CONTRACTOR-PROVIDED INSTALLATION LABOR FOR RUNWAY 09 DEPARTURE END # Of Task Installation Area Responsibility Personnel Days 1 Foreman 17 Work Site Coordination and Supervision 1 Truck Driver 17 Work Site Transport Blocks and Materials & Staging to/from Staging Area and Area Installation Site 2 Forklift 17 Work Site Team of two: Unload truck, Operators place pallets, and push blocks; team of two: place blocks 4 Laborers 17 Work Site Operate pallet jack during truck loading and unloading, remove and dispose of shrink wrap, collect, and dispose of padding between blocks,install debris deflector, apply hot asphalt cement, Install block, vents,plastic edge piece, and cleanup 4 Caulkers/Tapers 17 Work Site Install back rod, silicone caulk, self-leveling caulk, seam seal, and side coating P-555-9 EYW—Key West International Airport 555-4.8 CONTRACTOR-PROVIDED INSTALLATION EQUIPMENT FOR RUNWAY 09 DEPARTURE END QUANTITY Recommended For Installation EQUIRMENT & ASSOCIATED ITEMS Skid Steer; Forklift, 5000 llb. fork tynes convertible 4 Fuel for all forklifts (propane, gas, or diesel as required) As-required Carry-on-Trailer for Ibloclk movement off of trailer 1 Portable Electric Generator, 5000 watts 1 �Hlot Mix Asphalt Truck/trailer with dispensing wand 1 Fuel for IHot Mix Truck & Refrigerated Materials Trailers As-required Dumpster, 40 cubic yard volume As-required Portable Air Compressor, 100 Ipsi minimum 1 Air Moser 50 ft minimum 2 Air (Nozzle 1 Pressurized water truck, 500 gallon, 50 psi at 25 gpm As-required Transit, Tool Station with Digital Read-,out (e.g. Trimble TS305/1Nikon 532/ INlilkon 322; Tripod; LM80 Layout/Data Collector; Marking chalk1pen) 1 200 foot long steel measuring tape 2 200 foot long string line 4 Aluminum Straight Edge 16 feet 1 Light IPllants with fuel (if needed) 6 Tractor for moving 48/53-ft trailers 1 P-555-10 EYW—Key West International Airport QUANTITY �Recommeinded �Foir linstallatioin HAND TOOLS Push plate to attached to forklift 1 40-48" Long IHlandle, (Heavy Duty Tin wide forged) (blacle scraper 2 Safety IHloolk Knives 4 Wire Saw 2 Torch, Propane (Rosebud style wand) 2 Push Broom, heavy duty 24" 2 Shovel, long handled, square nose 2 Trowel 2 Window Scraper, solid shank, extra heavy duty, 4" blacle; spare blacles 4 Hammer Drill,1/2" chuck, electric, variable speed, IHD 2 Masonry Drill Bit, 3/8" diameter x 8" long 2 Masonry Drill Bit, 11116" diameter x 12" long minimum 3 Extension Cord, (Heavy Duty, 100 feet minimum 3 9116" size (Hex Socket for Impact Gun, 1/2"' drive 2 3/8"' drive extension, 4" long 2 9116" size (Hex Socket for 3/8" drive 2 3/8"' drive iratchet,wrench 2 5132" size hex Allen wrench, 3/8" drive 2 Gas Leaf Blower 2 1/2"' drive air or electric powered impact,wrench 1 Die Grinder, air powered 1 Bur, 3/8"' dia. cylindrical (ball nose 1 Cutting Bit, Solid Carbide, 1/,4" 1 �Hole Saw, IHleavy Duty, 6" diameter 1 �Hole Saw Arbor, 3/8" hex shank, 1/4" dia. pilot 1 Pilot Drill, 1/8" dia. replacement part 2 Power Bit (Nut Driver, 5/16 hex, 1/4" shank 2 Cordless Drill/(Driver and (batteries 2 Scissors, Pair 2 Putty Knife 4 Reciprocating saw 1 Solid carbide cutting blacles 2 Circular Saw & Ibllades for cutting plastic 1 Shop Vacuum 2 Standard (Hand Tool set,(sockets, utility (knives, combination wrenches, open end wrenches, screwdrivers, L-keys, pliers, etc.) 2 P-555-11 EYW—Key West International Airport QUANTITY Recommended For Installation CALILMNGMEAUNGTOOLS Backer Road Insertion Tool & Wheel (Recommend Albion#640-4) 5 Foam Sealant, Spray(Can qty.) (Recommended: Great Stuff Spray Insulating Foam) 12 Caulk Gun, Battery Powered,10.3 oz. w/Battery Chargers 3 Bulk-type caulk gun (Albion Part#: DL-59-:T27E) & (batteries 4 29 oz. (Heavy Duty Caulk Gun 2 Follow plate for 5-gallon pail caulk dispensing (Albion 504-G07) 4 Caulk gun nozzles (Albion Part#235-3: Orange Cone (Nozzle) 10 2 In. Round Seam Rollers, (broom handle attachable 4 Extra Batteries for Caulk Guns 5 OUMT[TY Recommended For Installation CQNSLIMABLES 1/2" x 3 ft. x 5ft Durock Cement Board (for cutting into shims) 2 Simple Green Concentrate & Buckets for Dilution As-required Rags, solvent, and pails for clean-up of caulk As-required Trash Bags, construction grade 200 Sharpie Markers, Black 2 Spray Bottle of water 2 QUANTITY Recommended For Installation PERS0NAL IPIROTIEGTICIINI EQUIPMEN'T Safety Glasses As-required �Nitrile Gloves As-required Cut-safe gloves As-required Knee Pads As-required Respirator masks As-required Tyvek suits (easier clean up from caulk) As-required NOTE: • All forklifts must have lateral load shift capability. • One pallet j ack supplied by Runway Safe Group.2nd pallet.1 ack is optional—will expedite handling. • To the maximum extent practical, all equipment should be on site at the start of the installation phase to ensure that it will be available when needed. • CONTRACTOR shall provide fuel for refrigeration unit of refrigerated trailer. P-555-12 EYW—Key West International Airport 555-4.9 RUNWAY SAFE SUPPLIED INSTALLATION MATERIALS TO THE OWNER FOR RUNWAY 09 DEPARTURE END Material Quantity(subject to change w/design changes) EMASMAX Asphalt Adhesive 3,770 gallons (Approx. 1.5 galiblock for minimum 90% coverage of each 16 sq.ft. grid block) Pallet jack for interior trailer unloading and One (1) reloading Side Vents Approx. 600 Jet Blast Debris Deflectors; 2 pieces 15 plus 2 end caps and required hardware Jet Blast Debris Deflector Anchors Approx. 150 anchors Self-Leveling Caulk Approx. 300 allons Backer Rod, closed cell Approx. 21,500 linear ft. (various sizes) Side Coating Approx. 2,600 linear ft.; 10 wide tapes Four 4 ft.bottom angle pieces Approx. 200 pieces Sealant, 100% silicone Approx. 105 tubes IMPORTANT NOTE: This list includes most of the supplies required of the contractor as well as the material and equipment to be provided by Runway Safe Group. If there are any questions regarding this information,please contact Runway Safe Group. 555-4.10 SUGGESTED EMAS BED CONSTRUCTION SCHEDULE FOR RUNWAY 09 DEPARTURE END DAY ACTIVITIES Existing EMAS removal and surface preparation 1 Surveyors check grade beam. Laborers install debris deflector. 2 Surveyors establish grid layout points. Laborers start marking grid. 2 Train Tapers &Forklift Operators. 3-16 Install blocks,backer rod, caulk, side seal, and side vents. 17 Inspection/Punch list. P-555-13 EYW—Key West International Airport QUALTIY CONTROL 555-5.0 QUALITY CONTROL.CONTRACTOR must place and finish the EMAS bed under the guidance of the EMAS manufacturer's technical support, following the EMAS installation specification and Quality Control Plan. METHOD OF MEASUREMENT 555-6.0 INSTALL EMAS BED.Measurement shall be lump sum for the EMAS bed installation, completed and approved in place. 555-6.1 REMOVAL OF EXISTING EMAS BED. Measurement shall be lump sum for the EMAS bed removal, completed and approved. BASIS OF PAYMENT (subject to change) 555-7.0 INSTALL EMAS BED. Payment shall be made at the contract unit price per lump sum for the installation of the EMAS bed.Materials shall be provided by the Owner. This price shall be full compensation for all preparation, transporting from staging area, and placing of materials, and for all labor, equipment, tools, shipment of pallets, extra material, and extra block materials back to Runway Safe,Contractor personnel training time and incidentals necessary to complete the item. 555-7.1 REMOVAL OF EXISTING EMAS BED. Payment shall be made at the contract unit price per lump sum for the removal of the existing EMAS bed.This price shall be full compensation for furnishing all materials and for all preparation, hauling, disposal of existing EMAS blocks, protection of the existing anchor beam and accessories and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF ITEM P-555 P-555-14 ADDITIONAL FEDERAL/FEMA/FDEM CONTRACT REQUIREMENTS - As applicable, the following terms modify and/or are hereby added to the contract as follows: A) Davis-Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must comply with the Davis-Bacon Act(40 U.S.C. §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the COUNTY must place a current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The COUNTY must report all suspected or reported violations to the Federal awarding agency. When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program,Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program(it does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program), the contractors must also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The COUNTY must report all suspected or reported violations to the Federal awarding agency. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA 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 of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. B) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the COUNTY in excess of$100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. C) Clean Air Act(42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387). Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act(42 U.S.C. 7401-7671q.)and the Federal Water Pollution Control Act(33 U.S.C. 1251- 1387), as amended—applies to Contracts and subgrants of amounts in excess of$150,000. D)Americans with Disabilities Act of 1990, as amended(ADA)—The CONTRACTOR will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto. E) Compliance With Procurement Of Recovered Materials As Set Forth In 2 CFR § 200.323. - Contractor must comply with section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded$10,000;procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, hops://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-pro_ gram. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. F) Prohibition On Certain Telecommunications And Video Surveillance Services Or Equipment As Set Forth In 2 CFR § 200.216. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1)Procure or obtain; (2) Extend or renew a contract to procure or obtain; or(3) Enter into a contract(or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. G) Domestic Preference For Procurements As Set Forth In 2 CFR §200.322 - The County and Contractor should, to the great extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. H) Disadvantaged Business Enterprises (DBE) Policy And Obligation_ - It is the policy of the County that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F.R. § 200.321(as set forth in detail below), applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts. The County and the Contractor and subcontractors shall not discriminate on the basis of race, color,national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. If the Contractor,with the funds authorized by this Agreement, seeks to subcontract goods or services, then, in accordance with 2 C.F.R. §200.321, the Contractor shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. b. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules,where the requirement permits,which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontractor are to be let,to take the affirmative steps listed in paragraph(1)through(5) of this section. I) Energy Efficiency - Contractor will comply with the Energy Policy and Conservation Act(P.L. 94-163; 42 U.S.C. 6201-6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant thereto. J) Access To Records - Contractor and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the Department of Homeland Security (DHS) and the Federal Emergency Management Agency's (FEMA) access to records, accounts, documents, information, facilities, and staff. Contractor must; 1. Cooperate with any compliance review or complaint investigation conducted by DHS 2. Give DHS access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. 3. Submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. K) DHS Seal, Logo And Flags - Contractor shall not use the Department of Homeland Security seal(s), logos, crests, or reproduction of flags or likeness of DHS agency officials without specific FEMA approval. L) Changes To Contract- Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. M) Compliance With Federal Law, Regulations, And Executive Orders - This is an acknowledgement that FEMA financial assistance may be used to fund all or a portion of the contract. The contractor will comply will all applicable Federal Law,regulations, executive orders, FEMA policies, procedures, and directives. N) No Obligation By Federal Government- The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the County /non-Federal entity, contractor, or any other parry pertaining to any matter resulting from the contract. O) Program Fraud And False Or Fraudulent Statements Or Related Acts - If applicable, the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. P) Binding Terms And Conditions - The Contractor is bound by the terms and conditions of the Federally-Funded Subaward and Grant Agreement between County and the Florida Division of Emergency Management (Division) found on the Monroe County web page through the following link: http://www.monroecogjM-fl.gov/DocumentCenter/View/22883/DEM- Agreement Q) Hold Harmless - The Contractor shall hold the Division and County harmless against all claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law. "General Decision Number: FL20230147 01/06/2023 Superseded General Decision Number: FL20220147 State: Florida Construction Type: Highway County: Monroe County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). JIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. irenewed or extended (e.g., an The contractor must pay loption is exercised) on or all covered workers at after January 30, 2022: least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2023. JIf the contract was awarded onl . Executive Order 13658 for between January 1, 2015 andl generally applies to the January 29, 2022, and the contract. contract is not renewed or The contractor must pay alli lextended on or after January covered workers at least 1 130, 2022: $12.15 per hour (or the applicable wage rate listed) on this wage determination, 1 if it is higher) for all hours spent performing on that contract in 2023. 1 1 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 ELEC0349-002 09/01/2021 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 37.61 11.72 ---------------------------------------------------------------- SUFL2013-008 08/19/2013 Rates Fringes CARPENTER, Includes Form Work. . . .$ 11.95 ** 1.44 CEMENT MASON/CONCRETE FINISHER. . .$ 13.65 ** 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine). . . . .$ 12.70 ** 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Spray Nozzleman). . . . . . .$ 13.08 ** 0.00 INSTALLER - GUARDRAIL. . . . . . . . . . . .$ 14.44 ** 0.00 IRONWORKER, REINFORCING. . . . . . . . . .$ 13.85 ** 0.00 LABORER (Traffic Control Specialist). . . . . . . . . . . . . . . . . . . . . .$ 12.17 ** 1.71 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor. . . . . . . . . . . . . . . . . . . . . .$ 13.60 ** 0.00 LABORER: Common or General. . . . . .$ 11.96 ** 2.90 LABORER: Flagger. . . . . . . . . . . . . . . .$ 9.87 ** 0.00 LABORER: Grade Checker. . . . . . . . . .$ 11.45 ** 0.00 LABORER: Landscape & Irrigation. . . . . . . . . . . . . . . . . . . . . . .$ 11.16 ** 0.00 LABORER: Pipelayer. . . . . . . . . . . . . .$ 12.68 ** 0.00 OPERATOR: Backhoe/Excavator/Trackhoe. . . . . . .$ 17.20 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 11.60 ** 0.00 OPERATOR: Broom/Sweeper. . . . . . . . .$ 10.89 ** 0.00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 13.90 ** 0.00 OPERATOR: Crane. . . . . . . . . . . . . . . . .$ 17.83 0.00 OPERATOR: Forklift. . . . . . . . . . . . . .$ 11.03 ** 0.00 OPERATOR: Grader/Blade. . . . . . . . . .$ 16.08 ** 0.00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 16.59 0.00 OPERATOR: Mechanic. . . . . . . . . . . . . .$ 13.55 ** 0.00 OPERATOR: Milling Machine. . . . . . .$ 13.23 ** 0.00 OPERATOR: Oiler. . . . . . . . . . . . . . . . .$ 12.61 ** 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete). . . . . . . . .$ 18.17 0.00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 13.28 ** 2.39 OPERATOR: Screed. . . . . . . . . . . . . . . .$ 15.79 ** 0.00 OPERATOR: Trencher. . . . . . . . . . . . . .$ 16.00 ** 0.00 TRAFFIC SIGNALIZATION: Traffic Signal Installation. . . . . .$ 19.03 0.00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 12.66 ** 0.00 TRUCK DRIVER: Lowboy Truck. . . . . .$ 14.94 ** 0.00 TRUCK DRIVER: Water Truck. . . . . . .$ 13.05 ** 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISIO"