STATE OF HAWAII DEPARTMENT OF … · Section 103-55.6, Hawaii Revised ... Manager prior to gate...

128
STATE OF HAWAII DEPARTMENT OF TRANSPORTATION AIRPORTS DIVISION SPECIAL PROVISIONS, SPECIFICATIONS, AND PROPOSAL FOR RESURFACE MAIN PARKING LOT PHASE I AT HILO INTERNATIONAL AIRPORT ISLAND OF HAW All STATE PROJECT NO. CH1721-33 MARCH2017

Transcript of STATE OF HAWAII DEPARTMENT OF … · Section 103-55.6, Hawaii Revised ... Manager prior to gate...

STATE OF HAWAII DEPARTMENT OF TRANSPORTATION

AIRPORTS DIVISION

SPECIAL PROVISIONS, SPECIFICATIONS, AND PROPOSAL

FOR

RESURFACE MAIN PARKING LOT

PHASE I

AT

HILO INTERNATIONAL AIRPORT

ISLAND OF HAW All

STATE PROJECT NO. CH1721-33

MARCH2017

TABLE OF CONTENTS

Notice to Bidders .............................................................................................. NTB-1 to NTB-3

Instructions For Contractor's Licensing .............................................................................. HAI-1

Airports Division Supplement to Special Provisions ........................................ ADS-1 to ADS-10

SPECIFICATIONS

PART I - GENERAL PROVISIONS

General Provisions for Construction Projects, 2016 (Not physically included)

PART II - TECHNICAL PROVISIONS

DIVISION 1 - GENERAL REQUIREMENTS

SECTION 01000 DESCRIPTION OF WORK ................................. 01000-1 TO 01000-9 SECTION 01005MEASUREMENT ................................................ 01005-1TO01005-6 SECTION 01300 SUBMITTALS ..................................................... 01300-1 TO 01300-8 SECTION 01400 CONTRACTOR QUALITY

CONTROL PROGRAM ....................................... 01400-1 TO 01400-8 SECTION 01533 BARRICADES .................................................... 01533-1 TO 01533-2 SECTION 01560 ENVIRONMENTAL CONTROLS ....................... 01560-1TO01560-3 SECTION 01580 TEMPORARY FACILITIES AND CONTROLS .01580-1TO01580-2 SECTION ol 700 MOBILIZATION AND DEMOBILIZATION ...... 01700-1 TO 01700-3 SECTION 01900 PAVEMENT SURF ACE & MARKINGS

CONTROL SURVEY ........................................... 01900-1 TO 01900-2

DIVISION 2 - SITE WORK

SECTION 02231 SITE CLEARING ................................................. 02231-1 TO 02231-3 SECTION 02562 COLD MILL ASPHALT

CONCRETE PAVEMENT ................................... 02562-1 TO 02562-3 SECTION 02740 CONCRETE WHEEL STOPS .............................. 02740-1TO02740-2 SECTION 02741 HMAPAVEMENT AND PAVEMENT

MARKINGS/MARKERS ..................................... 02741-1TO02741-8 SECTION 02742 FULL DEPTH PAVEMENT

RECONSTRUCTION ........................................... 02742-1TO02742-5

DIVISION 3 - CONCRETE

SECTION 03300 CONCRETE ....................................................... 03300-1 TO 03300-10

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

Table of Contents TOC-1 of2

R04/04/17

Requirement of Chapter 104, HRS Wages and Hours of Employees on Public Works Law .. 1 to 2

Wage Rate Schedules State of Hawaii Wage Rate Schedule (Not physically include in the bid ,documents)

Proposal ...................................................................................................................... P-1 to P-10

Proposal Schedule ..................................................................................................... P-11 to P-12

Supplement to Proposal Schedule ....................... , ...................................................... P-13 to P-16

Surety Bid Bond

FORMS

Performance Bond (Surety)

Performance Bond

Labor and Material Payment Bond (Surety)

Labor and Material Payment Bond

Chapter 104, HRS Compliance Certificate

Certification of,Compliance for State Resident (ACT 192, SLH 2011) Provision to be Included in Construction Procurement Solicitation

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Table of Contents TOC-2 of2

R04/04/17

NOTICE TO BIDDERS (Chapter 103D, HRS)

SEALED BIDS for RESURFACE MAIN PARKING LOT, PHASE I, HILO

INTERNATIONAL AIRPORT, PROJECT NO. CH1721-33 will be received at the Contracts

Office, Department of Transportation (DOT), 869 Punchbowl Street, Honolulu, Hawaii 96813,

or at the office of the District Engineer - Hawaii, 50 Makaala Street, Hilo, Hawaii 96720, until

2:00 p.m., Hawaii Standard Time (HST), May 11, 2017 , at which time and place(s) they will

be opened and read. Bids received after said due date and time shall not be considered.

The scope of work consists of improvements of the existing airport parking lot pavement

including cold milling the existing AC pavement surface course, placing new AC pavement

surface course, replacing all non-ADA pavement markings & markers in the same locations and

configuration as the existing markings, painting new ADA markings, installing speed hump

traffic calming devises at various locations, and replacing precast concrete wheelstops. The

estimated cost of construction is between $2,000,000 and $2,250,000.

To be eligible for award, bidders must possess a valid State of Hawaii General

Engineering "A", license at the time of bidding.

A compact disc containing the plans, specifications, and proposal contract forms may be

obtained from the said bid receiving office(s). Bids (hard) copies shall be submitted in a clearly

identified sealed envelope, and be on the Proposal Form provided on the compact disc furnished

by the DOT.

The GENERAL PROVISIONS dated 2016 applicable to this project are available on the

internet at http://hidot.hawaii.gov/administration/con/.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

NOTICE TO BIDDERS NTB - I of3

R04/07/l 7

The Hawaii Products Preference pursuant to Act 175, SLH 2009, is applicable to this

project. Persons wishing to certify and qualify a product as a Hawaii Product shall submit a ,

Certification for Hawaii Product Preference (SPO) Form 38) to the DOT Contracts office no later

than 4:30 P.M., fourteen (14) calendar days prior to the bid opening date. Late submittals for

this project will not be reviewed by the DOT. A separate SPO-Form 38 shall be completed and

S\lbmitted for each product. Forms are available at

http://hawaii.gov/spo/ goods-services-construction/preferences-103 d-pt-x/preferences

A 5% bid adjustment for bidders that are parties to apprenticeship agreements pursuant to

Section 103-55.6, Hawaii Revised Statutes (HRS), is applicable to this project.

Compliance with Act 192, SLH 2011 is a requirement for bids exceeding $50,000.00

whereby a minimum of 80% of the bidder's work force on this project must consist of Hawaii

residents.

A pre-bid conference is scheduled for 1 :30 PM on April 25, 2017, at the Airports

Division Offices, Honolulu International Airport, Inter Island Terminal Building 7th Floor,

Conference Room A. All prospective bidders or their representatives (employees) are

encouraged to attend, but attendance is not mandatory. Persons requiring special

accommodations at the pre-bid conference due to a disability may contact Steve Tagupa, Project

Manager, by phone, at (808) 838-8805, facsimile at (808) 838-8017, or email at

[email protected] is no formal site visit for this project since all work areas are

in publicly viewable areas.

Campaign contributions by State and County Contractors. Contractors are hereby

notified of the applicability of Section 11-355, HRS, which states that campaign contributions

are prohibited from specified State or county government contractors during the term of the

contract if the contractors are paid with funds appropriated by a legislative body. For more

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

NOTICE TO BIDDERS NTB-2 of3

R04/07/17

information, contact the Campaign Spending Commission at (808) 586-0285.

The Equal Employment Opportunity Regulations of the Secretary of Labor implementing

Executive Order 11246, as amended, shall be complied with on this project.

The U.S. Department of Transportation Regulation entitled "Nondiscrimination in

Federally-Assisted Programs of the U.S. Department of Transportation," Title 49, Code of

Federal Regulations (CFR), Part 21 is applicable to this project. Bidders are hereby notified that

the Department of Transportation will affirmatively ensure that the contract entered into pursuant

to this advertisement will be awarded to the lowest responsible bidder without discrimination on

the grounds ofrace, color, national origin or sex (as directed by 23 CFR Part 200).

For additional information, contact Steve Tagupa, Project Manager, by email at

[email protected], by phone at (808) 838-8805, or by fax at (808) 8388017. Please also

submit questions to Benton Ho at [email protected]. Bidders are encouraged to submit

bid questions by email. Bid questions or requests for information shall be submitted to the

Project Manager no later than the close of business 14 calendar days prior to the bid opening

date.. Any questions submitted after that date will not be answered and bidders shall bid

according! y.

The State reserves the right to reject any or all proposals and to waive any defects in said

proposals for the best interest of the public.

Internet Posting: April 12, 2017

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

NOTICE TO BIDDERS NTB - 3 of3

R03/14/17

INSTRUCTION FOR CONTRACTOR'S LICENSING

''A" general engineering contractors and "B" general building contractors are reminded that due to the Hawaii Supreme Court's January 28, 2002 decision in Okada Trucking Co., Ltd. v .. Board of Water Supply, et al., 97 Haw. 450 (2002), they are prohibited from undertaking any work, solely or as part of a large project, which would require the general contractor to act as a specialty contractor in any area where the general contractor has no license: Although the "A" and "B" contractor may still bid on and act as the "prime" contractor on an "A" or "B" project (See, HRS§ 444-7 for the definitions of an "A" and "B "project.), respectively, the "A" and "B" contractor may only perform work in the areas in which they have the appropriate contractor's license (An "A " @r "B" contractor obtains "C" specialty contractor's license either on its own, or automatically under HAR§ 16-77-32.). The remaining work must be performed by appropriately licensed entities. It is the sole responsibility of the contractor to review the requirements of this project and determine the appropriate licenses that are required to complete the project.

Resurface Main Parking Lot, Phase I Kona International Airport at Keahole State Project No. CH2422-33

HAI-lofl Instructions for Contractor's Licensing

STATE OF HAWAII

DEPARTMENT OF TRANSPORTATION

AIRPORTS DIVISION

AIRPORTS DIVISION SUPPLEMENT TO

SPECIAL PROVISIONS

AIRPORTS DIVISION SUPPLEMENT TO GENERAL PROVISIONS

The following additional amendments to the General Provi~ions are applicable to this project:

4.12 UTILITIES AND SERVICES is amended as follows:

Add the following after the last paragraph:

"(e) Repairs and Outages.

(1) The Contractor shall have available on 24-hour call sufficient specialty contractors, such as electrical and plumbing contractors, to repair any .damage to existing facilities that might occur as a result of construction operations regardless of when the damage might occur.

(2) Outage: Written requests for power outage, communication changes, and water and sewer connection outages shall be submitted to the Engineer at least seven (7) days in advance or as specified in other sections of these specifications. Outages will be restricted to non-peak operational hours between midnight and 6:00 a.m."

7.21 PUBLIC CONVENIENCE AND SAFETY - is hereby added to the General Provisions:

"It shall be especially noted by the Contractor that the area directly adjacent to the existing in use runways and taxiways, is an extremely hazardous area and that very strict controls will apply throughout the entire period required to complete all work within 500 feet from the edge of an in use runway and 180 feet from the edge of an in use taxiway.

The Contractor shall familiarize himself with the Airport Certification Manual available for review at the Airport Manager's Office and shall comply with its requirements.

The Contractor is responsible for the security of access points to the Airport Operational Area that are located within the limits of construction and will be fined $1,000 per incident for any breach of security at these locations. All gates leading into the AOA shall be kept locked and if required to be open, the Contractor shall provide professional security guards t~ attend gates. The guards must be approved by the Director and shall be required to attend a training session conducted by the Airport Manager prior to gate assignment."

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-1 rl2/0l/16

8.20 LIMITATION OF OPERATIONS: is hereby added to the General Provisions:

"The following iimitations shall be observed by the Contractor when operating within 75 feet from the edge of any taxiway.

General - The Contractor shall schedule his oper~tions to minimize interference with the movement of aircraft or passengers as may be required by the Engineer. The Contractor shall be responsible to alert all of his personnel to the location of

· power and signal cables installed for the operation of the aiiport~ The Contractor shall control his operations in a manner to preclude any possible damage to those cables. Utility companies shall be notified by the Contractor one .week before commencement of work. The Contractor shall give notice to the Engineer in writing, at least 168 hours before operating within 75 feet from the edge of any taxiway and the Engineer will assure himself that the Airport Management personnel are notified in sufficient time to publish the warning (NOTAM) . The Contractor shall immediately repair any damages to the existing perimeter fence to prevent inadvertent entry to the Airport Operation Area (AOA).

Work in Vicinity of Runways and Taxiways in Use - Under the terms of this contract, it is intended that work shall be completed without disturbing the paved surface of existing runways and taxiways, unless shown otherwise on the plans. Aircraft traffic shall not be interrupted. The Contractor shall schedule to work within 75 feet of the taxiway as directed by the Airport Management. No ruts, holes, or open trenches of 3 inches or more in depth and no objects or material 3 inches or more in height shall be permitted within the safety are~ when the airfield is in operation in conformance to Federal Aviation Regulation Part 139. The Contractor is also informed that Airport Zoning Regulations dictate that a 'clear zone' be maintained 500 f~et on each side of an active runway, to be kno~n as a hazardous area. The Contractor shall comply with all regulations governing ground operations within hazardous areas. The following FAA Advisory Circulars ·or later versions and FAA Regulations specify these requirements:

AC 150/5210-5C Painting, Marking, and Lighting Vehicles Used on an Airport, dated August 2007

AC 150/5340-lJ Standards for Airport Markings

AC 150/5370-2E Operational Safety on Airports During Construction, dated 1/17/03

FAA Regulatfons Objects Affecting Navigable Airspace Part 77

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-2 r12/0l/16

The Contractor shall keep all personnel and equipment off the areas not specificalli designated for work under this Contract. At all times when the Contractor's equipment is not in use, the equipment shall be moved outside the hazardous areas to an area designated by the Engineer. Under no condition shall equipment be parked oi material stored within the hazardous areas.

Failure on the part of the Contractor to abide by the above will result in suspension of work.

Authority of Control Tower Personnel - With the exception of actual construction methods, the airport control tower personnel will have full authority to control the Contractor's movements within the existing taxiway. When required, the Contractor shall maintain a constant radio vigil within all work areas and in addition shall keep at least one flagman on duty with the radio man. When notified by the control tower to temporarily halt operations, it shall be the duty of the flagman, through the use of appropriate methods (lighted flares shall not pe used under any circumstances), to notify all operators o~ equipment and other personnel to cease work and move men and equipment off of hazardous areas.

Contractor shall provide, at his own expense, the necessary radio and equipment including a radio equipped mobile vehicle to maintain contact with control tower personnel at all times during job performance. A transceiver operating at a frequency designated by the Engineer to communicate with the Control Tower.

Marking of Hazardous Areas - The Engineer will designate areas that are hazardous for aircraft. The Contractor shall provide red ·blinker lights spaced not more than 50 feet apart around all hazardous areas and areas of work within 75 feet of any taxiway. Such systems shall be ~ubject to approval by the Engineer. The Contractor shall have personnel on call 24 hours per day for the emergency maintenance of hazard markings.

The Contractor shall provide red flags not less than 20 inches square in addition to the red blinker lights. When danger flags are made of fabric, a wire stiffener shall be used to hold the flags in an extended position. Flags shall be so mounted that they do not produce a hazard. The red danger flags shall be spaced not more than 50 feet apart around all areas of work within 75 feet of any taxiway.

All systems proposed by the Contractor for lighting and barricading shall be submitted to the Engineer for review prior to installation. The Contractor shall install all flags, lighting and barricades as required by the Engineer. Such

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-3 rl2/0l/16

systems shall be subject to approval by the Engineer.

Storage of Equi~ment and Materials - At the end of each working shift, all of the Contractor's equipment shall be withdrawn to an area designated by the Engineer. The Contractor shall park all equipment in an orderly fashion and place a sufficient number of red flasher lights to identify these areas. Materials stored within the airport shall be so placed and the

work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. No runways, taxiways or roadways shall be closed or opened, except by permission of the Engineer.

Blasting Operations - The Contractor shall notify the Engineer at least three (3) days before performing blasting operations as to the extent and timing of such operations, so that the Control Tower and other concerned parties can be informed.

Utilities - The Contractor shall provide for the protection of all utilities from damages in areas to be traversed by his vehicles and equipment. If required, buried cables and utility lines shall be protected by mounding earth over the cables or by any other method approved by the Engineer.

The Contractor shall notify representatives of the owner, agencies, and other affected organizations at least 48 hours prior to working in any area containing the facilities of these organizations. ·

Failure to notify the owning organization will prevent authorizat{on to work in a specific area.

Archaeological Features - Any archaeological features such as petroglyphs, burial sites, and artifacts discovered or unearthed during the performance of the work shall immediately be brought to the attention of the Engineer and all work that would damage or destroy these features shall be discontinued. The Engineer will decide, after proper investigation, to salvage or abandon such artifacts."

8.21 OPERATION OF CONTRACTOR'S MOTOR VEHICLE AND PERSONNEL IN RESTRICTED AIR OPERATIONS AND MOVEMENT AREAS is hereby added to the General Provisions:

"The ·contractor shall conform with the all sections of the "State of Hawaii, Department of Transportation, Airports Division, Contractor's Training Guide" pertaining to access and operation in the Airport Operation Area (AOA) hereinafter described as follows:

"A. Motor Vehicles in Airport Operation Area

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-4 rl2/0l/16

For safety reasons, the operation of motor vehicles in the AOA ·must conform with all applicable State Airport rules and regulations."

B. Motor Vehicle Access Permit

Each motor vehicle operated in the AOA is required to:

1. Meet all State licensing registration and safety requirements and be specifically licensed for operation in the AOA.

2. Meet all insurance requirements.

3. Be restricted to operation by those persons qualified to drive the vehicle and in possession of a current Ramp Driver's License and applicable Motor Vehicle Operator's License.

C. The operators of motor vehicles in the AOA shall be responsible for meeting the following insurance requirements.

1. Licensed Vehicles

As a condition for authorization to enter the AOA, the Contractor shall provide evidence of vehicle liability insurance in the form of a Certificate of Insurance issued by an authorized insurance carrier. Automobile Liability and general Liability (combined single limit, Bodily Injury and Property Damage, per occurrence) shall be required in the applicable minimum limits specified below:

a. Honolulu International Airport

(1) Standard AOA clearance .... $5,-000,000

(2) Limited AOA clearance ..... $1,000,000 Limited AOA clearance is defined as operations restricted to Diamond head and Ewa Concourses second level roadways and connecting third level main terminal roadway only, with entry and exit via Security Access Point "C" (Primary) and Access Point "A" (Secondary)

b. Other Airports

Standard AOA clearance ......... $1,000,000

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STA.TE PROJECT NO. CH1721-33

ADS-5 r12/0l/16

Standard AOA clearance is defined as any portion of a public Airport from which the public is restricted by fences or appropriate signs and no~ leased or demised to anyone for exclusive use and shall include runways, taxiways, all ramp and apron areas, aircraft parking and storage areas, fuel storage areas, maintenance areas, and any other area of a public Airport used or intended to be used for landing, takeoff, or surface maneuvering of aircraft or used for embarkation or debarkation of passengers.

2. Unlicensed Vehicles

Airport Liability (or General Liability) shall be required in the applicable minimum limits specified below:

a. Honolulu International Airport, Kahului Airport and Kona International Airport at Keahole

AOA clearance.~ ............... $5,000,000

b. All other Airports

AOA clearance ................. $1,000,000

3. Specifically name the State of Hawaii as additionally insured.

4. Indicate that the Airport Engineer will be provided with a 30-day written prior notice of policy cancellation or material change in coverage or conditions.

D. Operator's Permit

1. No person shall operate a motor vehicle on the AOA unless he holds and carries on his person a current Airport Motor Vehicle operator's permit issued by the State of Hawaii, Department of Transportation, Airports Division.

2. Operator's permits will only be issued to persons who apply through the Airport District Security Office and pass a written exam covering those portions of the Airport Rules and Regulation relating to the operation of vehicles in Airport Operations Areas.,

E. Authorized Vehicles

1. Only vehicles considered operationally safe and

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-6 r12/0l/16

necessary for the performance of this contract may be allowed to operate in the AOA.

2. All motor vehicles must be painted in such a manner so as to be easily identifiable and must carry the Contractor's name on each side. These signs may be of a temporary nature applied to the side windows or doors.

The lettering shall be in bold characters of a minimum of four (4) inches in height and one and one-half (1-1/2) inches in widths, the height of logos should be a minimum of six (6) inches.

3. The Contractor's operations on, over, across, and/or immediately adjacent to any runway and/or taxiway at a towered airport shall require the use of two-way radio communication. The Contractor shall obtain the necessary equipment at his own expense.

4. No person shall operate a motor vehicle on the AOA unless he holds and carries on his person a current Motor Vehicle Operator's Permit issued by the Airport Manager.

a. The Motor Vehicle Operator's Permit will be issued only to persons who apply through the Airport Security Section and pass a written exam covering those portions of the Airport Rules and Regulations relating to the operation of vehicles in the AOA.

b. Permits issued may be suspended or revoked for cause at any time by the Airports Division.

F. Airport Operation Area Construction Pass

1. Issuance of Airport Operation Area (AOA)Construction Passes shall be limited to contractors, subcontractors, companies, organizations, individuals engaged in authorized and approved construction activity which requires a continuing need for entry into the AOA or Airfield Movement Areas~ Reqfiest letters for such passes must be made to the Airport District Manager's Office in accordance with the Contractors Training Guide or applicable District requirements.

2. As a condition for security area clearance, applicants must comply with Transportation Security Regulation 1542 which requires a ten-year background Criminal History Records Check for those individuals employed under this contract.

G. Access to Movement Areas

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-7 r12/0l/16

1. Movement areas shall mean all of the runways ano taxiways of the Airport which are utilized for taxiing, takeoff, and landing of aircraft.

a. Any vehicle which requires access to the movement area shall be equipped with operational radio equipment capable of positive two-way contact with Tower/Ground Control.

b. Operators of vehicles in movement areas must possess knowledge and familiarity with restricted and airfield movement areas, operational rules, regulations, and procedures, or be under direct escort by individuals meeting all of the above requirements.

2. Vehicle Operations on Movement Areas

a. No vehicle shall proceed across any runway unless specifically cleared by Tower/Ground Control.

b. The operator of a vehicle in the movement area shall not leave his vehicle unless continuous radio contact is maintained with the Tower/ Ground Control while ~e is away from his vehicle.

c. Any vehicle proceeding onto the movement area between the hours of sunset and sunrise shall be equipped.with an overhead flashing light which is visible for one (1) mile, unless such vehicle is being escorted by another vehicle so equipped.

d. All vehicles operated on the movement area between sunrise and sunset except those being escorted, shall operate an overhead amber or red flashing beacon visible for at least one (1) mile; or display a flag at least three (3) feet square with orange and white checkered squares of not less than one (1) foot on each side.

H. Runway and Taxiway Closure

1. Requests for runway or taxiway closures, or for any work which affect operational conditions at the airport must be made in writing through the Airport Engineering Branch.

2. Temporarily closed runways require placement of yellow "X" markings (constructed of material such as

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-8 r12/0l/16

fabric or plywood or other acceptable material) on top of the runway identification numerals at both ends of the closed runway.

3. Taxiway closures require placement of barricades with alternate orange and white markings at each end of the closed taxiway segment. Barricades must be supplemented with flashing red lights. The intensity of the lights and spacing for barricades, and lights must adequately define and delineate the hazardous area.

I. Gate Guards Furnished by Contractors

1. If a contractor is permitted by the airport to maintain operational control of an AOA Access Gate, entry through such gate shall be controlled by the posting of a gate guard.

a. Written instruction will be provided, outlining the guard's duties to enforce those requirements and provisions prescribed by the airport's security program to include all personnel and vehicle entry and access requirements.

b. Procedures will be established to identify the actions which will be undertaken by the guard in calling for assistance.

c. An approved emergency communications procedure will be established.

J. Compliance

1. The contractor shall comply with all regulations and rules governing the Air Operations Areas during construction, as specified in the following or later versions:

a. Hawaii Revised Statutes, Title 19, Administrative Rules for Public Airports.

b. Federal Aviation Administration Advisory Circular AC 150/5340 lJ

j, Marking of Paved Areas on Airport; AC 150/5370-2E, Operational Safety on Airports During Constructions.

K. Enforcement Authorization

Act 21, Section 1, Section 261-17(a), HRS; Federal Aviation Administration Regulations, Part 139, Part 107.

L. Right of Rejection or Revocation

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE YROJECT NO. CH1721-33

ADS-9 rl2/0l/16

The State of Hawaii, Airports Division, reserves the right to withhold, deny or revoke any airport security clearance, licenses or permits to any individual or organization who fails to meet the prescribed or required access area clearance criteria to include background investigation information, or fails to observe or comply with established rules, regulations, and directives.

It should be clearly understood that such denial or revocation is based solely on airport security or safety considerations and does not in any way constitute a determination by the State with regard to private employment by any individual or organization."

- END OF SECTION -

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

ADS-10 rl2/0l/16

STATE OF HAWAII DEPARTMENT OF TRANSPOTATION

AIRPORTS DIVISION

SPECIFIC A TIO NS

PART I - GENERAL PROVISIONS

GENERAL PROVISIONS FOR CONSTRUCTION PROJECTS, 2016

(NOT PHYSICALLY INCLUDED)

STATE OF HAWAII DEPARTMENT OF TRANSPOTATION

AIRPORTS DIVISION

SPECIFICATIONS

PART II - TECHNICAL PROVISIONS

PART II-TECHNICAL PROVISIONS

DIVISION 1 - GENERAL REQUIREMENTS

SECTION 01000-DESCRIPTION OF WORK

PART 1-GENERAL

1.1 RELATED DOCUMENTS

The General Provision of the contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this section.

1.2 SCOPE OF WORK

The work to be performed under this Contract shall include the following items:

A Preparing and obtaining all permits required for the construction.

B. Performing a surface control survey.

C. Replacement of existing concrete wheel stops.

D. Removing/replacing existing roadway surface pavement.

E. Removal of trees and stumps that have damaged the pavement structure or medians as shown on the plans.

F. Reconstruction of root damaged pavement structure as shown on the plans.

G. Painting new pavement markings within the area to be repaved. New markings shall be in the same locations as the existing markings with the exception of the ADA parking stalls. Markings include crosswalks, non-ADA parking stalls, and pavement arrows, stop line and stop text at the rental car plaza exit, etc.

H. Painting new ADA parking stall markings, installation of ADA parking stall signs, reconstruction of concrete walkways along an accessible route, and installation of handrails as shown on the plans.

I. Installation of speed hump type traffic calming measures and associated concrete curbs as shown on the plans.

J. Other related works as called for on the plans an;i these specifications.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Description of Work 01000 - 1 of9

R03/10/17

1.3 PERMITS

A. DOTA anticipates that the following permits will be required for this project.

1) National Pollutant Discharge Elimination System (NPDES) permit from the State of Hawaii Department of Health, Clean Water Branch. The project area is estimated to be greater than one ( 1) acre.

2) Building Permit from the County of Hawaii Department of Public Works

3) Special Management Area Permit from the County of Hawaii Department of Planning

If any of these permits are found to be unnecessary, the Contractor shall provide documentation from the appropriate permitting agency showing that the permit is not required for this project before any construction operations take place.

B. The Contractor is responsible for the preparation and submittal of application document( s) to the appropriate permitting agency, payment of application fee( s ), and all other work necessary to obtain all required permit( s) prior to starting construction operations at the project site. Construction operations shall not start until all required permits are approved by the appropriate permitting agencies and copies submitted to the State Project Manager for the record.

C. Bidders are responsible for researching and confirming which permits are and are not necessary for this project. Bidders shall exercise due diligence in researching if permits are required beyond those mentioned in Part l.3(A) above. If a permit beyond those mentioned in Part 1.3(A) above is found to be necessary for this project, then bidders shall factor the additional cost of obtaining this permit into their bid. Permits that are found to be required after bid opening shall be obtained at no additional cost to the State.

D. All fines levied against this project as a result of failing to apply for a required permit prior to starting work shall be borne entirely by the Contractor.

E. All work necessary for researching permits, determining their necessity for this project, preparation and submittal of permit application document(s), payment of application fee(s), etc. up to the issuance of the approved permit(s) are considered incidental to the Contract.

1.4 ALLOWANCE

A. Allowance includes, but not limited to, works required for environmental measures, when required by the regulation(s); unforeseen conditions and other measures, such as temporary traffic controls, temporary safety measures, and

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Description of Work 01000 - 2 of9

R03/10/17

security measures, when approved by the Engineer; portland cement concrete (PCC) and/or asphaltic concrete (AC) short supply, when approved by the Engineer

B. Use the allowance only as directed by the Engineer for the airport's purposes and only by Change Orders that indicate amounts to be charged to the allowance.

C. Contractor's overhead, profit, and related costs for products and equipment ordered by the Airport under the contingency allowance are included in the allowance and are not part of the Contract Sum. These costs include delivery, installation, taxes, insurance, equipment rental, and similar costs.

D. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins.

E. At project closeout, any unused amounts remaining in the Allowance will be credited back to the State.

1.5 HOURS OF WORK FOR CONSTRUCTION

A. As of the advertisement date of these specifications, typical work hours for construction activities on airport property are between 8:00 a.m. and 04:00 p.m., Monday through Friday. The State reserves the right to adjust these work hours and days in order to conform to airport operational requirements at the time of construction. Typical night work hours are between 10:00 p.m. and 06:00 a.m.

B. The Contractor shall work continuously throughout the project duration. The Contractor shall apply and receive approval from the Engineer in writing of all work occurring outside of normal work hours. The Contractor shall coordinate their schedule with the Engineer if rescheduling of work or intermittent work is required, such work shall be performed at no extra cost to the State. If the Contractor elects to work overtime, compensation for State employees and for State representatives, as authorized by the State, shall be in accordance with Article VII, Section 7.2(A) of the Airports Division Supplement (ADS) to the Special Provisions.

1.6 SITE VISIT

The Contractor shall visit the work site and verify all conditions pertinent to the Contract he/she is bidding on.

1.7 COORDINATION

The Contractor shall coordinate the work of different trades and shall be solely responsible for fulfillment of requirements specified herein.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Description of Work · 01000 - 3 of9

R03/10/17

1.8 SAFETY

A. The Contractor shall take all necessary precautions to protect all his and/or her workmen and all other personnel from injuries. The rules and regulations promulgated by the Occupational Safety and Health Acts are applicable and made a part of these specifications.

B. During the progress of the work, all debris, empty crates, waste, material drippings, etc., shall be removed by the Contractor at the end of each workday, and the work area shall be left clean and orderly.

C. Outage: Written requests for power outage shall be submitted to the Engineer at least seven (7) days in advance or as specified in other sections of these specifications. Outage will be restricted to non-peak operational hours.

D. Barricades and warning signs shall be erected by the Contractor in the work area to properly protect all personnel in the area.

1.9 VEHICLE PARKING

A. Subject to availability of space and approval by the Airport Manager, parking may be made available at a designated parking structure for vehicle parking. The General Contractor shall submit the parking request to the Airport Manager through the State Project Manager (SPM) for review. Upon approval by the Airport Manager, 2 temporary parking passes per subcontractor and 3 passes for the General Contractor will be issued at no charge. At the Airport Manager's discretion, the parking passes are good for either three (3) months or six (6) months and must be renewed before the passes expire.

B. All passes will be signed out and become the responsibility of the General Contractor. The General Contractor will distribute the parking passes among their subcontractors.

C. Additional parking passes beyond the temporary parking passes may be purchased. These passes are subject to approval by the Airport Manager and availability of parking spaces. All costs associated with obtaining parking passes shall be the responsibility of the Contractor.

1.10 PROVISIONS FOR FIELD OFFICE/STORAGE SPACE

Pending the availability of space on airport property, the State will issue a permit to the Contractor for the use of the space, at no charge, to be used specifically for a field office and/or storage of materials and equipment. Since space on airport property is extremely limited, the State does not guarantee that the space provided to the Contractor will be in close proximity to the project site. The State will make every effort to provide the Contractor with space on airport property, however, should the

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Description of Work 01000 - 4 of9

R03/10/17

State determine that no space is available for such use(s), the responsibility shall then be on the Contractor to find space outside of airport property.

1.11 PROTECTION OF EXISTING STRUCTURES AND IMPROVEMENTS

A. The Contractor shall preserve and protect all structures, equipment, and vegetation on/or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this Contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limb or branches of trees are broken during Contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Engineer.

B. The Contractor shall protect from damage all existing improvements and utilities at/or near the work site.

1.12 TEMPORARY CONSTRUCTION SIGNS

The Contractor shall install temporary construction signs where the presence of planned construction areas will obstruct the existing signage or cause the closing of an existing method of egress or ingress and/or as directed by the State. Such signs shall be in accordance with the Department of Transportation- Airports Signage and Graphics Manual, highway standards for construction warning signs for background and text colors (white letters on fluorescent yellow background). Signs may be mounted on suitable approved material other than aluminum panels. The Contractor will be responsible to fabricate and install such signs. Costs related to this activity will be considered as incidental to and included in the bid price for the various items of work in this project.

1.13 OPERATION OF AIRPORT FACILITIES DURING CONSTRUCTION

A. The Contractor shall coordinate the phases of work under this contract with the Engineer to permit the continuing operation of existing Airport facilities and to minimize disruption to pedestrian and vehicular traffic.

B. Utility Mainte11ance: During the construction of this contract, existing utility services serving occupied or used facilities shall not be disrupted except where authorized in writing by authorities having jurisdiction. Contractor shall provide temporary services during interruptions to existing utilities, as acceptable to the Engineer. Damages to the existing utility facilities by the Contractor will be repaired at the Contractors expense.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Description of Work 01000 - 5 of9

R03/10/17

C. Outages for water, power, communications, air conditioning or any other utility, if necessary, shall be kept to a minimum and scheduled for off-peak hours, generally from 12:00 a.m. to 6:00 a.m. The Contractor shall submit written requests to the Engineer for such outages no later than fourteen (14) calendar days in advance. The request shall include a description of work and the duration of the outage. The Contractor shall not proceed with such outages until written approval is received from the State. .

1.14 DISPOSAL OF EXCESS SOIL MATERIALS

A. At the Engineer' discretion, excess usable soil materials may be disposed of by filling areas within the Airport.

B. Off-Site Disposal of Excess Soil Material: Any excess soil material and rubbish disposed of outside the Airport property shall be the responsibility of the Contractor. The Contractor shall make all arrangements and bear all costs involved therewith.

1.15 CONSTRUCTION STAKES, LINES AND GRADES

A. The Contractor shall perform all construction layout and reference staking necessary for the proper control and satisfactory completion of all structures, grading, paving, drainage, sewer, water, and all other appurtenances required for the completion of the work.

B. Existing horizontal and vertical survey control points for the project are shown on the plans. The Contractor shall verify the location of all control points prior to the start of construction.

C. The Department will not be responsible for delays in setting stakes and marks.

D. All control points and stakes or marks which the Engineer may set shall be preserved by the Contractor. If such control points, stakes or marks are destroyed or disturbed by the Contractor, the cost of replacing such stakes or marks will be charged against the Contractor and deducted from payments due the Contractor.

E.. The Contractor shall be responsible for the placement and preservation of adequate ties to all control points whether established by the Contractor or by the Engineer.

F. All original, additional or replacement stakes, marks, references and batter-boards which may be required for the construction operations, shall be furnished, set and properly referenced by the Contractor. The Contractor shall be solely and completely responsible for the accuracy of the line and grade of all features of the work. Any errors or apparent discrepancies found in previous surveys, the plans

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Description of Work 01000 - 6 of9

R03/10/17

and specifications shall be called to the Engineer's attention by the Contractor for correction or interpretation prior to proceeding with the work.

G. Before construction is started on any structure which is referenced to an existing structure or topographical feature, the Contractor shall check the pertinent locations and grades of the existing structures or topographical features to determine whether the locations and grades shown on the plans are correct.

H. All construction staking shall be performed by qualified personnel under the direct supervision of a person with an engineering background who is experienced in the direction of such work and is acceptable to the Engineer.

I. All stakes and markers used for control staking shall be of the same quality as used by the Department for this purpose. For slope limits,· pavement edges, gutter lines, et cetera, where so-called "working" stakes are commonly used, stakes of different quality may be acceptable.

J. The Department may check the Contracfor's control of the work at any times as the work progresses. The Contractor will be informed of the results of these checks, but the Department by doing so will in no way relieve the Contractor of his responsibility for the accuracy of the layout work. The Contractor shall at his experise correct or replace any deficient or inaccurate layout and construction work. If, as a result of these deficiencies or inaccuracies, the Department is required to make further studies, redesign, or both, all expenses incurred by the Department due to such deficiencies or inaccuracies, will be deducted from any payments due the Contractor.

K. The Contractor shall furnish all necessary personnel, engineering equipment and supplies, materials, and transportation incidental to the accurate and satisfactory completion of this work.

L. Unless otherwise provided, all requirements imposed by this section and performed by the Contractor shall be considered incidental to the various contract items and not separate or additional payment will be made thereof.

1.16 OPERATIONS AND STORAGE AREAS

A. The Contractor shall confine all operations (including storage of material) on the Airport premises to areas authorized or approved by the Engineer. The Contractor shall hold and save the Airports Division free and harmless from liability of any nature occasioned by the Contractor's performance.

B. The Contractor shall use only established roadways. When materials are transported in prosecuting the work, vehicle shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local laws or regulations. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Description of Work 01000 - 7 of9

R03/10/17

Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, and roadways.

1.17 CLEANING UP

The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Airports Division. Upon completing the work, the Contractor shall leave the work area in clean, neat, and orderly condition satisfactory to the Engineer.

PART 2 - PRODUCTS

Not Used

PART 3-EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAVEMENT

4.1 METHOD OF MEASUREMENT

Work under this section will be measured for payment and paid for at the pre-approved contract price.

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this Section, and . all materials, labors, tools, equipment, and incidentals needed to complete the Contract.

Payment will be made under:

Item No. Item

01000.1 Environmental Measures

01000.2 Safety and Security Measures

01000.3 Unforeseen Conditions

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Unit

Allowance (ALLOW)

Allowance (ALLOW)

Allowance (ALLOW)

Description of Work 01000 - 8 of9

R03/10/17

01000.4

01000.5

Temporary Traffic Signs and Controls

Material Short Supply

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

END OF SECTION

Allowance (ALLOW)

Allowance (ALLOW).

Description of Work 01000 - 9 of9

R03/10/17

SECTION 01005 - MEASUREMENT

PART 1-GENERAL

1.01 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and General Provisions of the Specifications apply to the work specified in this Section.

1.02 MEASUREMENT OF QUANTITIES

A. 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.

B. 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.

C. 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.

D. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions.

E. 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.

F. In computing volumes of excavation, the average end area method or other acceptable methods will be used.

G. The thickness of plates and galvanized sheet used in the manufacturing of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches.

H. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated 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

RESURFACE MAIN PARKING LOT, PHASE I IDLO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

MEASUREMENT 01005-1OF6

R04/04/17

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.

I. 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.

J. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used.

K. Bituminous materials will be measured by the gallon (liter) or ton (kg). 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.

L. 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.

M. 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.

N. Cement will be measured by the ton (kg) or hundredweight (km).

0. Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece.

P. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract.

Q. 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.

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

MEASUREMENT 01005-2 OF 6

R04/04/17

R. 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.

S. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted.

T. 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 co.mmercial scales.

U. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 % of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted.

V. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them.

W. Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment.

X. 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.

Y. 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 %.

Z. 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.

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

MEASUREMENT 01005-3 OF 6

R04/04/17

AA. 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.

BB. 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.

1.03 CONSTRUCTION WARRANTY

A. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier.

B. This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work.

C. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of:

1 The Contractor's failure to conform to contract requirements; or

2 Any defect of equipment, material, workmanship, or design furnished by the Contractor.

D. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for 1 year from the date of repair or replacement.

E. The Owner will notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage.

F. If the Contractor fails to remedy any failure, defect, or damage within a

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

MEASUREMENT 01005-4 OF 6

R04/04/17

reasonable time after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense.

G. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit ofthe owner, as directed by the owner, and (3) Enforce all warranties for the benefit of the owner.

H. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud.

1.04 PROJECT CLOSEOUT

Approval of final payment to the Contractor is contingent upon completion and submittal of the following items. The final payment will not be approved until the engineer approves the Contractor's final submittal. The Contractor shall:

A. Provide two (2) copies of all manufacturer's warranties specified for materials, equipment, and installations.

B. Provide weekly payroll records (not previously received) from the general contractor and all subcontractors.

C. Complete final clean 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, and temporary structures. He 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.

D. Complete all punch list items identified during the Final Inspection.

E. Provide complete release of all claims for labor and material arising out of the Contract.

F. Provide a certified statement signed by the subcontractor, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project.

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

MEASUREMENT 01005-5 OF 6

R04/04/17

G. When applicable per state requirements, return copies of sales tax completion forms.

H. Provide manufacturer's certifications for all items incorporated in the work.

I. Provide all required record drawings, as-built drawings or as-constructed drawings.

J. Provide Project Operation and Maintenance (O&M) Manual.

K. Provide Security for Construction Warranty.

L. Submit equipment commissioning documentation, if required.

M. Provide spare parts, if required.

PART 2 -PRODUCTS (Not Used)

PART 3 -EXECUTION (Not Used)

PART 4 - MEASUREMENT AND PAYMENT

Work under this Section will not be measured and paid for separately but shall be considered incidental to and included in the bid prices for the various items of work in this project.

END OF SECTION

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT STATE PROJECT NO. CH1721-33

MEASUREMENT 01005-6 OF 6

R04/04/17

SECTION 01300 - SUBMITTALS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The General Provision of the contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this section.

1.2 PROJECT DOCUMENTATION

The contract will not be considered complete until required submittals have been received and accepted by the State.

1.3 DETAILED CONSTRUCTION SCHEDULE

A. The Contractor shall submit a detailed construction schedule to the Engineer for review, no later than thirty (30) calendar days after award of the Contract. The detailed construction schedule shall be based on a detailed critical path analysis of construction activities and sequence of operations needed for the orderly performance and completion of any separable parts of any work and all work in accordance with the Contract. The schedule shall be Critical Path Method (CPM) type in the form of an arrow diagram and activity listing or comprehensive bar graph. The network diagram shall show in detail and in orderly sequence all activities on a time scale, their descriptions, durations and dependencies, necessary and required to complete all work and any separable parts thereof. The schedule shall show in detail the following information for each activity:

1. Identification by code numbers and description;

2. Duration;

3. Craft !ind Equipment;

4. Earliest start and finish dates;

5. Latest start and finish dates;

6. Total and free float time; and

7. Highlighted Critical Path

B. The construction schedule shall be complete in all respects, covering in addition to activities at the site of work, off-site activities such as design, fabrication, and procurement of equipment; the scheduled delivery dates of such equipment; submittal and approval of shop drawings and samples; ordering and delivery of

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

Submittals 01300 - 1 of8

Rl0/19/16

materials; inspections; and testing. The schedule shall also include a manpower forecast by crafts. The detailed construction schedule shall be supplemented by a three week schedule prepared by the Contractor and submitted to the Engineer on a weekly basis. The Contractor shall promptly inform the Enginee~ of any proposed change in the schedule and shall furnish the Engineer with a revised schedule a~d cash flow diagram within fifteen (15) calendar days after approval of such change.

The schedule shall be kept up to date, taking into account the actual progress of work and shall be updated if necessary, every thirty (30) calendar days. The updated schedule shall, as determined by the Engineer, be sufficient to meet the requirements for the completion of the separable parts of work and the entire projects as set forth in the contract.

Upon commencing work, the Contractor shall submit at the start of each week to the Engineer for review, a detailed two (2) week construction schedule.

C. if at any time during the progress of the Work, the Contractor's actual progress appears to the Engineer to be inadequate to meet the requirements of the contract, the Engineer will notify the Contractor of such imminent or actual noncompliance with the contract. The Contractor shall thereupon take such steps as may be necessary to improve his progress and the Engineer may require an increase in the labor force, the number of shifts, and/or overtime operations, days of work and/or the amount of construction plants all without additional cost to the State. Neither such notice by the Engineer nor the Engineer's failure to issue such notice shall relieve the Contractor from his obligation to achieve the quality of work and rate of progress required by the contract. Failure of the Contractor to comply with instructions of the Engineer under these provisions may be grounds for determination by the State that the Contractor is not prosecuting work with such diligence as will assure completion within the times specified. Upon such determination, the State may employ labor and equipment and charge the Contractor for the cost thereof, including depreciation for plant and equipment or may terminate the Contractor's right to proceed with the performance of the contract, or any separable part thereof, in accordance with the applicable provisions of the contract.

D. The Contractor shall submit to the Engineer one (1) reproducible and three (3) prints of the detailed construction schedule and of each revised schedule submitted thereafter.

1.4 SCHEDULE OF VALUES

A. The Contractor shall submit the Schedule of Values to the Engineer for review, no later than thirty (30) calendar days after award of the Contract.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Submittals 01300 - 2 of8

Rl0/19/16

B. Format and Conteht: Use the Project Specifications table of contents as a guide to establish the format for the Schedule of Values. Provide at least one line item for each Specification Section. Provide a breakdown of the contract sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Break principal work or subcontract amounts down into several smaller identifiable items of work

C. Identification: Include the following Project identification on the schedule of values:

1. Project name and location

2. Project number

3. Contractor's name and address

4. Contract No.

5. Date of submittal

D. Arrange the Schedule of Values in tabular form with separate columns to indicate the following items listed:

1. Related Specification Section or Division

2. Description of work

3. Dollar value and percent complete

E. Correlate line items in the Schedule of Values with other required administrative schedules and forms including:

1. Construction Schedule

2. Application for Payment forms including continuation sheets

3. List of Subcontractors

4. List of principle suppliers and fabricators

5. Schedule of submittals

F. Round amount to nearest whole dollar; the total shall equal the contract sum.

· G. Provide a separate line item in the Schedule of Values for each part of the work where Applications for Payment may include materials or equipment, purchased, fabricated or stored, but not yet installed.

R Schedule Updating: Update and resubmit the Schedule of Values prior to the next Applications for Payment or when Change Orders or Construction Change Directives result in a change in the Contract Sum

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Submittals 01300 - 3 of8

Rl0/19/16

1.5 OTHER SUBMITTALS REQUIRED BEFORE CONSTRUCTION

A. The Contractor shall submit the following items prior to or at the pre-construction meeting or unless otherwise noted:

1. Name, residence phone number, addresses and scope of authority for the following persons:

a. Superintendent b. Contractor's authorized representative to sign documents c. Two (2) additional persons who can be contacted during non-working

hours for emergencies. d. Field Office location and phone numbers (cellular, pager, fax, etc.)

2. Name of Safety Officer

3. Notice of Materials to be furnished

4. Three (3) copies each of Certificates of Insurance. The State of Hawaii, Department of Transportation, Airports Division shall be named as additionally insured. If canceled, thirty (30) days written notice to the State of Hawaii must be given. If certificates are not correct, work cannot proceed.

5. Three (3) copies each Insurance and Tax Rates.

6. List of apprentices who will be working on the project supported with the Statement of Apprenticeship or copy of the Apprenticeship Agreements registered with the State Board, for each apprentice.

7. List of equipment to be used on the job. Designate maximum working height and capacity of equipment involved and their respective rental rates.

8. Three (3) copies of an expenditure (cash flow) plan consisting of an anticipated work completion graph plotting contract time and gross payment anticipated.

B. The Contractor shall submit the following additional items prior to start construction or unless otherwise noted:

1. Grading permit and NDPES permit, if required.

1.6 SHOP DRAWINGS, SAMPLES, CATALOG CUTS, AND CERTIFICATES

A. Submittal Schedule: Prior to the submission of any shop drawings or submittals, the Contractor shall submit to the Engineer for review, a submittal schedule. The schedule shall identify the subject matter of each submittal, the corresponding specification section number and the proposed date of submission. During the progress of work, the Contractor shall revise and resubmit the submittal schedule

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

Submittals 01300-4of8

Rl0/19/16

as directed by the Engineer.

B. The Contractor shall submit for review to the Engineer, or to a representative designated by the Engineer, six (6) copies of all shop drawings, samples, catalog cuts and certificates. Three (3) copies will be returned to the Contractor with information of review action. The Contractor shall submit additional quantities for their subcontractor's or supplier's use. Each shop drawing, certificate of compliance, sample, and equipment list shall be checked and certified correct by the Contractor, and shall be identified with the applicable information specified hereinafter under "Submittal Identification."

Items are to be reviewed prior to commencing fabrication or delivery of material to the job site ..

C. Each copy of the drawings, certificates, catalog cuts, and lists reviewed by the Engineer will be stamped "REVIEW A~TION" with the appropriate actiOn noted therein. The review of the Engineer shall not be construed as a. complete check but will indicate only that the general method of construction and detailing is satisfactory. Acceptance of such drawings will not relieve the Contractor the responsibility of conforming to the contract drawings and specifications or for any error or omission which may exist as the Contractor shall be responsible for the dimensions and design of adequate connections, details, and satisfactory construction of all wotk. Each shop drawing submitted for review shall have, in the lower right-hand comer just above title, a white space 4" x 4" in which the Engineer can place the stamp and indicate action taken. The Contractor shall also inform their subcontractors to provide this space in their preparation of shop drawings.

1.7 TESTREPORTS

Six copies of test reports for any material used in this Contract shall be submitted when specified or required by the Engineer.

1.8 SUBMITTAL IDENTIFICATION

A. To avoid rejection and to clarify each submittal, the General Contractor shall have a rubber stamp made up in the following format:

PROJECT TITLE:

AIRPORT:

STATE PROJECT NO:

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

General Contractor's Name

Submittals 01300 - 5 of8

Rl0/19/16

THIS SUBMITTAL HAS BEEN CHECKED BY THIS GENERAL CONTRACTOR AND IS CERTIFIED CORRECT AND IN C01\1PLIANCE WITH THE CONTRACT DRAWINGS AND SPECIFICATIONS.

ITE:MNO: ~~~~~~~~~~~~~~~~~~~~~~­

SUBMITTALNUMBER: ~---------------­DATE RECEIVED:

' SPECIFICATION SECTION NU:MBER:

SPECIFICATION PARAGRAPH NUMBER: ---------­

DRAWING NUMBER:

SUBCONTRACTOR NA:ME:

SUPPLIER NA:ME:

:MANUFACTURER NA:ME:

. CERTIFIED BY: (Contractor's Signature, Date) (Contractor's Name and Title)

B. This stamp "filled in" should appear on each reproducible shop drawing, on the cover sheet of copies of test and mill reports, certificates of compliance, catalog cuts, brochures, etc. The stamp should be placed on a heavy stock paper merchandise (approximately 3" x 6") and one tag tied to each sample submitted for approval. The tag on the samples should state what the sample is, so that if the tag is accidentally separated from the sample they can be matched up again. The back of this tag will be used by the Engineer for receipt, approval, and log stamp for any comments that relates to the sample.

C. Submission Number: Each submission is to be sequentially numbered in the space provided in the Contractor's stamp. Correspondence and transmittal will refer to this number.

D. The Contractor shall ensure that all submittals, including shop drawings, are complete and in conformance to the requirements of the Contract specifications prior to submission to the State for review and acceptance. Incomplete submittals will not be processed by the State and returned to the Contractor for correction. Any cost impacts and delays in the Project schedule as a result of incomplete submittals shall be the responsibility of the Contractor.

1.9 AS-BUILT DRAWINGS

As-built drawings shall conform to the requirements of Section 5.2 - "Plans and

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

Subrnittals 01300 - 6 of8

Rl0/19/16

Working Drawings" of the Airports Division Supplement to the Special Provisions (ADS), and the following requirements:

The Contractor shall maintain on the job site two (2) sets of full-size contract drawings, marking them in red to show all variations between the construction actually provided and that indicated or specified in the contract documents, including buried or concealed construction.

Where a choice of material or method is permitted herein or where variations in scope of character of work from that of the original contract or authorized, the drawings shall be marked to define the construction actually provided. Where equipment installation is involved, the size, manufacturer's name, model number, power input or output characteristics as applicable shall be shown on the as-built drawings.

I The representation of such changes shall conform to standard drafting practice and shall include such supplementary notes, legends, and details as necessary to clearly portray the as~built construction.

The drawings shall be maintained and updated on a daily basis. The Contractor shall stamp, sign, and date each sheet with the following stamp:

AS-BUILT DRAWINGS/SPECIFICATIONS

This certifies that the dimensions and details shown on this sheet reflect the dimensions and details, and specifications as constructed in the field.

CONTRACTOR'S NAME

Signature Date . . Monthly and final payments to the Contractor shall be subject to prior approval of the drawings. On completion of the work, both sets of marked-up drawings shall be delivered to the Engineer, and shall be subject to approval before acceptance.

1.10 GUARANTEES

Guarantee periods shall start at time of acceptance in writing by the State.

All guarantees and warranties shall be made out to the 11 State of Hawaii. 11 Supplier and subcontractor guarantees shall be co-signed by the Contractor.

>

The Contractor is solely responsible for coincidence or non-coincidence of factory warranties or equipment guarantees, and the Contractor's own warranties and guarantees as required by the contract. The Contractor is solely responsible for scheduling and coordinating the installation of equipment and materials so as to take maximum advantage of factory warranties.

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

Submittals 01300 - 7 of8

Rl0/19/16

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

Not Used

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

END OF SECTION

Submittals 01300-8of8

Rl0/19/16

SECTION 01400 - CONTRACTOR QUALITY CONTROL PROGRAM

PART 1-GENERAL

1.1 RELATED DOCUMENTS

The General Provision of the contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this section.

1.2 CONTRACTOR QUALITY CONTROL PROGRAM

A. GENERAL

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:

1. Adequately provide for the production of acceptable quality materials.

2. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met.

3. 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 pre-construction 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.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

Contractor Quality Control Program 01400 - 1 of8

Rl0/19/16

B. DESCRIPTION OF PROGRAM

1. 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.

2. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which 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 no later than thirty (30) calendar days after award of the Contract.

The Quality Control Program shall be organized to address, as a minimum, the following items:

a. Quality control organization; b. Submittals schedule; c. Inspection requirements; d. Quality control testing plan; e. Documentation of quality control activities; and f. Requirements for corrective action when quality control and/or

acceptance criteria are not met. g. A listing of the definable features of work for the project.

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.

C. QUALITY CONTROL ORGANIZATION

The Contractor's 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

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Contractor Quality Control Program 01400 - 2 of8

RI0/19/16

work At the top of the chart, an overall Contractor Quality Control System Manager, CQCSM, shall be named and his/her subordinates shall follow thereafter.

The quality control organization shall consist of the following minimum personnel:

1. Contractor Quality Control System Manager. The CQCSM shall be a full­time 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 paving and building construction and shall have had prior quality control experience on a project of comparable size and scope as the contract.

The CQCSM 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 including authority to independently stop any work not in compliance with the contract. The CQCSM shall report directly to a responsible officer of the construction firm. The CQCSM 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.

2. 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 or engineering technicians/experienced craftsman with qualifications in the appropriate fields and shall have a minimum of 2 years of experience in their area of expertise.

The quality control technicians shall report directly to the CQCSM and shall perform the following functions:

a. Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 1.2.E.

b. Performance of all quality control tests as required by the technical specifications and Section 1.2.F.

3. Staffing. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. 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.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

Contractor Quality Control Program 01400 - 3 of8

Rl0/19/16

All personnel shown on the organizational chart shall have, irt resume form, all information regarding their education, any licenses, their present position, previous work experience, etc. These resumes shall be verified by the CQCSM.

D. SUBMITT ALS SCHEDULE

The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications, color samples) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include:

1. Specification item number: ·

2. Item description;

3. Description of submittal; .

4. Specification paragraph requiring submittal; and

5. Scheduled date of :Submittal.

E. 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.

Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work.

Before any definable feature of work is started, the CQCSM shall notify the Engineer of such work at least 48 hours in advance. Upon notification, the Engineer shall determine if a m~eting shall be held to discuss the condition of the work area, material and equipment status, what is to be expected and any questions or possible problems. No defin·able feature work shall commence without the consent of the Engineer.

F. . 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

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Contractor Quality Control Program 01400 - 4 of8

RI0/19/16

processes.

The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following:

1. Specification item number;

2. Item description (e.g., concrete cylinder test);

3. Test type (e.g., concrete compressive strength);

4. Test standard (e.g., ASTM or AASHTO test number, as applicable);

5. Test frequency (e.g., as required by technical specifications or minimum frequency when requif;~ments are not stated);

6. Responsibility (e.g., plant technician, independent lab); and

7. 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 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. The CQCSM shall make every effort to inform the Engineer at least 24 hours, or more if stated in the specifications, before such testing occurs.

All quality control test results shall be documented by the Contractor as required by Section 1.2. G.

G. DOCUMENTATION

The Contractor shall maintain current quality control records of all in~pections 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 CQCSM.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Contractor Quality Control Program 01400 - 5 of8

Rl0/19/16

Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records:

1. 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:

a. Technical specification item number and description and location of work performed; ·

b. A comprehensive breakdown of the work force including the number of workers and total hours for each trade.

c. Compliance with approved submittals; d. Proper storage of materials and equipment; e. Proper operation of all equipment; f. Adherence to plans and technical specifications; g. Review of quality control tests; and h. Safety inspection.

The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed.

The daily inspection reports shall be signed by the responsible quality control technician and the CQCSM. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record.

· 2. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports sh~ll document the following information:

a. Technical specification item number and description; b. Test designation; c. Location; d. Date of test; e. Control requirements; f. Test results; g. Causes for rejection; h. Recommended remedial actions; and 1. Retests.

Test results from each day's work period shall be submitted to the Engineer

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Contractor Quality Control Program 01400 - 6 of8

Rl0/19/16

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 CQCSM.

H. 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.

I

I. 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

J. NONCOMPLIANCE

1. 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.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Contractor Quality Control Program 01400 - 7 of8

Rl0/19/16

2. In cases where quality control aetivities do not comply with either the Contractor's 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:

a. Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors in accordance with Section 8.5 of the General Provisions and amended by the Airports Division Supplement to the Special Provisions contained herein these Specifications

b. Order the Contractor to stop operations in accordance with Section 8.6 of the General Provisions and amended by the Special Provisions contained herein these Specifications

c. Determine work performed by the Contractor during periods of noncompliance to be unacceptable and subject to inspection, removal or non-payment in accordance with Section 5.8 of the General Provisions. ·

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

Not Used

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

END OF SECTION

Contractor Quality Control Program 01400 - 8 of8

Rl0/19/16

SECTION 01533 - BARRICADES

PART 1-GENERAL

1.1 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this Section.

1.2 BARRICADES

A. The contractor shall take precaution to protect people and property from injury and damage. He shall erect barricades to delineate his work areas and provide the appropriate signing, hazard lights, and temporary paint striping as directed by the I.

Engineer, to aid public and airport pedestrian and vehicular traffic around his work areas. Barricades shall be traffic cones, delineators, blinker barricades, caution tape, sawhorses, plywood barricades or other barriers as approved by the Engineer to effectively provide proper protection.

B. The contractor shall be responsible for his own security and protection of his property, including mobilization yard barricades.

C. Barricades, in general, shall be neat and in good condition, as required for protection. In areas frequented by the general public, the barricades shall be visually presentable and plywood partitions shall be painted. Where dust is a problem, the Contractor shall erect floor to/ceiling dust proof partitions

D. The Contractor shall coordinate and sequence this work with the Engineer to permit the continuing operation of the existing Airport facility. Barricades shall be removed upon the completion and acceptance of work and the premises left clean and operational.

1.3 TEMPORARY PEDESTRIAN ROUTES

Temporary pedestrian routes which are provided during construction shall be accessible and comply with ADAAG 4.3.

PART 2 - PRODUCTS

Not Used

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

Barricades 01533-1 of2

Rl0/19/16

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT & PAYMENT .

Not Used

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

END OF SECTION

Barricades 01533-2 of2

Rl0/19116

SECTION 01560 -ENVIRONMENTAL CONTROLS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The General Provision of the contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this section.

1.2 SUMMARY

- Withthe exception of those measures set forth elsewhere in these specifications, environmental protection shall consist of the prevention of environmental pollution as the result of demolition and removal operations under this Contract.

1.3 APPLICABLE REGULATIONS

A. Hawaii Administrative Rules Chapter 54, "Water Quality Standards", and Chapter 55, "Water Pollution Control", Department of Health, State of Hawaii.

B. Hawaii Administrative Rules Chapter 59, "Ambient Air Quality", and Chapter 60.1, "Air Pollution Control", Department of Health, State of Hawaii.

C. U. S. Environmental Protection Agency, Code of Federal Regulations Title 40 Part 61, "National Emission Standards for Hazardous Air Pollutants".

1.4 SUBMITTALS

. A. The Contractor shall obtain Grading Permit and NPDES Permit, if required, within fourteen (14) calendar days after the contract award date. The Contractor shall submit a copy of each permit to the Engineer for review. Prior to receive the copy of both permit, the Engineer will not issue the Notice to Proceed.

The Contractor is responsible to pay all costs for document preparation fees and permit process fees.

B. The Contractor shall submit the following items within seven (7) calendar days after the Notice to Proceed date:

1. Submit proposed means, methods, techniques, and procedures to be used for environmental control.

2. Submit Best Management Practice to ensure dust/water and construction debris does not enter the drainage ;system within Airport property in

Resurface Main Parking Lot, Phase I Hiio International Airport State Project No.: CHl 721-33

Environmental Controls 01560-1 of3

Rl0/19/16

compliance with the current regulation(s).

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

3.1 AIR POLLUTION CONTROL

A. Emission: The Contractor shall not be allowed to operate equipment and vehicles that show excessive emissions of exhaust gases until corrective repairs or adjustments are made, as determined by the Engineer.

B. Dust: The Contractor, for the duration of the Contract, shall maintain construction site, haul roads, permanent access roads, waste disposal areas, and other work areas within or without the project limits free from dust which would cause a hazard to the work, or the airport operations, or operations of other Contractors, or to persons or property. Industry-accepted methods of stabilization suitable for the area involved, such as sprinkling or other similar methods, will be permitted. Chemical or oil treating shall not be used.

C. Burning: Burning on Airport property shall not be permitted.

3.2 WATER POLLUTION CONTROL

A. Wastes: The Contractor shall not deposit at the Airport site or in its vicinity solid waste or discharge liquid waste such as fuels, lubricants, bituminous waste, untreated sewage, and other pollutants which may contaminate the body of ground water.

B. Spillages: Care shall be taken to ensure that no petroleum products, or other deleterious substances, including debris, are allowed to fall, flow, leach, or otherwise enter the sewage systems or storm drains.

C. Erosion: The Contractor shall provide any necessary temporary drainage, dikes, and similar facilities to prevent erosion damage to the site. Run-off shall be controlled to prevent damage to surrounding areas.

3.3 NOISE CONTROL

Construction equipment shall be equipped with suitable muffiers to maintain noise within levels complying with applicable regulations.

Resurlace Main Parking Lot, Phase I Hllo International Airport State Project No.: CHl 721-33

Environmental Controls 01560-2 of3

Rl0/19/16

3.4 DISPOSAL

Debris and waste generated during work under this contract shall be cleaned to the extent · _ possible of any ofresidual fuel and contaminants; be no larger than 4 feet in any dimension;

and disposed of at the approved landfill.

3.5 HAZARDOUS MATERIALS CONTROL

Any action to control any hazardous material and contaminated work shall be at the sole . expense of the Contractor.

PART 4,. MEASUREMENT AND PAYMENT

Not Used

Resurface Main Parking Lot, Phase I ·Hilo International Airport State Project No.: CHl 721-33

END OF SECTION

Environmental Controls 01560-3 of3

Rl0/19/16

SECTION 01580 - TEMPORARY FACILITIES AND UTILITIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and· General Requirements of the Specifications, apply to the work specified in this section.

1.2 DESCRIPTION

This item shall consist of arranging and maintaining all utilities including, but not limited to, water, electricity, sewage disposal and telephone communications in the work area which the Contractor and Engineer deems necessary to meet the requirements of the work under the contract.

PART 2 - PRODU<CTS

Not Used

PART 3 - EXECUTION

3.1 TEMPORARY UTILITIES DURING CONSTRUCTION

A. Water and Sanitation: The Contractor shall provide temporary drinking water and sanitary facilities for the field personnel. The facilities shall be in accordance with the applicable health regulations and shall be maintained clean and operable until the conclusion of the construction work.

B. Telephone: The Contractor shall a have a telephone available for ·the State's use for communications with field personnel. Cellular telephones are acceptable. The Contractor shall install the telephone immediately upon starting work and maintain service until the project is completed. All costs associated with obtaining and maintaining telephone service shall be borne by the Contractor.

C. Electricity: Contractor shall obtain or provide temporary electric power and shall pay for all connections and energy charges incurred during construction.

D. Metering: Water and electrical services shall be metered and payment for meters and services shall be borne by the Contractor. Temporary connections for water shall include installation of a meter and backflow preventer at the point of

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Temporary Facilities and Utilities 01580-1 of2

Rl0/19/16

connection according to State standards at the Contractor's cost. The Contractor shall submit requests for temporary connections in writing to the Engineer fourteen (14) calendar days prior to the connection and shall include a description of work and a sketch of the proposed installation. ·

PART 4- MEASUREMENT AND PAYMENT

Not Used

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

END OF SECTION

Temporary Facilities and Utilities 01580-2 of 2

Rl0/19/16

SECTION 01700 - MOBILIZATION AND DEMOBILIZATION

PART 1- GENERAL

1.1 RELATED DOCUMENTS

The General Provision of the contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this section.

1.2 SUMMARY

Section 699 of "Hawaii Standard Specifications for Road and Bridge Construction, 2005", are hereby incorporated into and made a part of these specifications by reference · unless otherwise modified hereinafter.

1.3 MOBILIZATION ANDDEMOBILIZATION

A. The Contractor shall mobilize and transport all needed equipment including materials and supplies for operation to the site of work, construct temporary buildings and facilities as necessary, and assemble the equipment at the site as

. soon as possible after receipt of Notice to Proceed, subject to the General Provisions.

B. The Contractor shall demobilize and transport all needed equipment including materials and supplies, and temporary buildings off the site as soon as possible, after construction is completed. Demobilization shall include all cleanup required under this Contract and as directed by the Engineer. Demobilization and final -cleanup shall be.completed prior to final acceptance.

1.4 PERFORMANCE BOND

The Contractor shall file and pay for performance and payment bonds according to Section 3.5 of the Special Provisions, except that the value of the bonds shall equal one hundred percent (100%) of the amount of the Contract basic bid amount plus one hundred percent (100%) of the amount of the extra work.

Payment for the Contract's bond premium will be made as part ·of mobilization in accordance to the term stated in Part 4 in this Section.

Resurface Main Parking Lot, Phase I Hila International Airport State Project No.: CH1721-33

Mobilization and Demobilization 01700-1 of 3

Rl0/19/16

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4- MEASUREMENT AND PAYMENT

4.1 METHOD OF MEASUREMENT

A Mobilization. Mobilization shall not be measured for payment. The maximum bid allowed for "Mobilization" is an amount not to exceed six percent (6%) of the sum of all items (excluding this item and all Allowances). If the proposal submitted by the bidder indicates an amount in exceed of the allowable maximum, the indicated amount or amounts shall be reduced to allowable maximum; the "Sum of All Items", in the proposal schedule shall be adjusted to reflect any such reduction. For the purposes of comparing bids and determining the contract price to be inserted in the contract awarded to the bidder, if any is so awarded, the "Sum of All Items" adjusted in accordance with the foregoing shall be used and the bidder's proposal shall be deemed to have been submitted for the amounts as reduced and adjusted in accordance herewith.

B. Demobilization. Demobilization will not be measure nor paid for separately, but shall be considered incidental to and included in the price bid for various items of work in this project.

4.2 . BASIS OF PAYMENT

A. Mobilization. Mobilization will be paid for at the contract lump sum price under Mobilization. Partial payment will be made as the following schedule:

1. When two and half percent (2. 5%) of the original contract amount is earned, fifty percent ( 50%) of the bid amount will be paid.

2. When five percent ( 5%) of the original contract amount is earned, seventy­five percent (75%) of the bid amount will be paid.

3. When ten percent (10%) of the original contract amount is earned, one­hundred percent (100%) of the bid amount will be paid.

Nothing herein shall be construed to limit or preclude partial payments otherwise

Resurface Main Parking Lot, Phase I Hila International Airport State Project No.: CHI 721-33

Mobilization and Demobilization 01700-2 of3

Rl0/19/16

proyide by the Contract.

Item No. Item

01700 Mobilization (6% maximum)

Resurface Main Parking Lot, Phase I Hila International Airport State Project No.: CH1721-33

END OF SECTION

Unit

Lump Sum (LS)

Mobilization and Demobilization 01700-3 of 3

Rl0/19/16

SECTION 01900-PA VEMENT SURFACE & MARKINGS CONTROL SURVEY

PART 1-GENERAL

1.1 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and General Provisions of the Specifications apply to the work specified in this Section.

1.2 DESCRIPTION

A pavement surface control survey was not performed for this project prior to bid. The Contractor shall perform a pavement surface control survey for the pavement repair work. The survey work shall record the conditions for pre-construction and post­construction. The limits of the area to be surveyed shall be twenty (20) feet minimum outward of the limits of work on traffic direction and edge of existing pavement on transversal direction as defined on plans.

A. The Contractor shall collect sufficient survey data to ensure that all new pavement markings within the area to be resurfaced are placed in the same locations and configurations as the old markings except in areas shown as modified in the project plans

B. The Contractor shall collect sufficient survey data in the vicinity of each ADA stall to ensure that the grades of the new pavement match the grades called for in the project plans.

1.3 SURVEYOR'S WORK

The survey work shall be made by a Land Surveyor licensed in the State of Hawaii. The surveyor shall furnish all tools, instruments, materials and personnel to accomplish the surveying, computing, and preparing drawings as hereinafter described.

A. Record File. All survey information shall be recorded in an electronic CAD file. The record file shall identify all pre..:construction above ground features such as pavement edges, locations of pavement surface markings, locations of pavement surface markers, locations of manholes and hand-holes, locations of utility boxes, locations of drainage facilities, spot elevations, etc. Spot elevations shall be taken at every ten (10) feet grid, along with top of existing paved areas. Requirements for the post-construction record file shall be same as pre-construction survey. Locations for spot elevations shall match the pre-construction survey result.

B. Accuracy. All survey work shall be equal to third order accuracy as classified by

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

Pavement Surface & Markings Control Survey 01900 - 1 of2

R03/09/17

the Federal Geodetic Control Committee.

C. Submittal. The Contractor shall submit the survey result, electronic file, to the Engineer for review and approval.

D. Schedule. The pre-construction condition survey work shall commence upon receipt of Notice to Proceed (NTP). The record drawings shall be completed within fourteen (14) days ofNTP. The post-construction condition survey work shall be completed within seven (7) days before the pavement repair area to be opened for traffic.

1.4 CAD DATA FORMATS

Electronic CAD files shall be supplied in AutoCAD 2004 formats.

PART 2-PRODUCTS

Not Used

PART 3-EXECUTION

Not Used

PART 4-MEASUREMENT AND PAYMENT

4.1 METHOD OF MEASUREMENT

The quantity of pavement surface control survey under this Section will not be measured, but work under this Section shall be paid on a lump sum basis.

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this section, and all materials, labor, tools, equipment and incidentals needed to complete the contracted work.

All payments will be made under:

Item No. Item Unit

01900 Pavement Surface & Markings Control Survey Lump Sum (LS)

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

END OF SECTION

Pavement Surface & Markings Control Survey 01900-2of2

R03/09/17

SECTION 02231 - SITE CLEARING

PART 1-GENERAL

1.01 SUMMARY

A The General Provisions of the Contract, including General and Special Provisions and General Provisions of the Specifications apply to the work specified in this Section.

B. This Section includes the following:

1. Protecting existing trees, shrubs, plants, and grass to remain.

2. Removing existing tree and ground improvements as specified.

3. Removing existing above- and/or under-ground improvements as specified.

1.02 MATERIAL OWNERSHIP

A Except for parking lot related equipment, stripped soil to remain Airport's property, tree trunks in good condition, and other materials as directed by the Engineer, other demolished/cleared materials shall become Contractor's property and shall be removed from Project site.

1.03 PROJECT CONDITIONS

A Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations.

1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Airport and authorities having jurisdiction.

2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction.

B. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing.

C. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place.

PART 2 - PRODUCTS Not Used.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Site Clearing 02231- 1 of3

R03/10/17

PART 3 - EXECUTION

3.01 PREPARATION

A. Protect and maintain benchmarks and survey control points from disturbance during construction.

B. Locate and clearly flag trees and vegetation to remain or to be relocated.

C. Locate and clearly flag trees and vegetation to be removed.

D. Protect existing site improvements to remain from damage during construction.

1. Restore damaged improvements to their original condition, as acceptable to the Engineer.

3.02 TREE PROTECTION

A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete.

B. Do not excavate within tree protection zones, unless otherwise indicated.

C. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by the Engineer.

3.03 UTILITIES

A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Airport or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: ·

1. Notify the Engineer not less than two days in advance of proposed utility interruptions.

2. Do not proceed with utility interruptions without Engineer's written permission.

3.04 CLEARING

A. Fill depressions caused by clearing operations with satisfactory soil material unless further excavation or earthwork is indicated.

1. Place. fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Site Clearing 02231- 2 of3

R03/10/17

3.05 SITEIMPROVEMENTS

A Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction.

3.06 DEMOLISH EXISTING AC PAVEMENT

A Demolish the existing AC pavement surface course as specified. The existing base course shall be protected during the AC surface demolition works.

3.07 DISPOSAL

A Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Airport's property.

1. Separate recyclable materials produced during site clearing from other non­recyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities;

PART 4 - METHOD OF MEASUREMENT AND BASIS OF PAYMENT

4.01 METHOD OF MEASUREMENT

A The Engineer will not measure all works under this Section, but works under this Section will be paid on a lump sum basis.

4.02 BASIS OF PAYMENT

A All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipments, and incidentals needed to complete the Contract

B. Payment will be made under:

Item No.

02231.1 Tree Removal

02231.2 Stump Removal

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

END OF SECTION

Each (EA)

Each(EA)

Site Clearing 02231- 3 of3

R03/10/17

SECTION 02562- COLD MILL ASPHALT CONCRETE PAVEMENT

PART 1-GENERAL

l.1 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and General Provisions of the Specifications apply to the work specified in this Section.

l.2 DESCRIPTIONOFWORK

Provide all materials, labors, equipments, and tools for process of removing surface layer of existing asphalt pavement and restore cross-section, including all related work indicated on plans and specified herein.

PART 2-PRODUCTS

2.1 MILLING MACHINE

A. The machine shall be. able to operate at speeds from five ( 5) to fifty ( 50) feet per minute, power-operated, self-propelled type with non-pneumatic tires, and capable of spraying water at cutting drum to minimize dust while maintaining enclosed cutting area.

B. The Contractor shall select the machine designed and built for asphalt pavements without addition of heat, and ability to mill Portland cement concrete patches in asphalt concrete pavement.

C. The machine shall mill without tearing or gouging the underlying surface and blade material into a window.

D. The machine includes a cutting drum totally enclosed in a shroud to prevent discharge of loosed material into adjacent work area.

E. The Contractor shall select the machine so that the operator can observe the work without leaving the control area.

F. The machine shall be adjustable for slope and depth, capable of accurately controlling profile grades and cross slopes within tolerance of plus or minus one­fourth inch (±1/4").

G. The machine shall be able to cut the existing asphalt concrete pavement to

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Cold Mill Asphalt Concrete Pavement 02562 - 1 of3

R03/09/17

determine grade on one (1) pass.

PART 3-EXECUTION

3.1 CONSTRUCTION PROCEDURE

A. Saw Cutting. The Contractor shall saw cut the existinRasphalt pavement areas before cold milling.

B. Cold Milled Existing Pavement

1. Cold mill existing asphalt pavement surface to depth and grade as indicated, or as directed by the Engineer,

2. The surface of pavement after cold milling shall be uniformly rough grooved or ridged

3. The surface of pavement after milling shall be such that a ten-foot (1 O') straightedge laid longitudinally and transversely shall have variances of less than three-eighth (3/8) inch, except in crown area.

4. After milling operatiOn, vacuum sweep the finished surface with mechanical · equipment and remove all loosed materials, including gravel-size material

and dust, form the site. The vacuum sweep shall not predude the dust control operation during cold milling.

3.2 MATERIAL DISPOSAL

Unless otherwise specified, the Contractor is responsib1e for the transporting and stockpiling materials removed by the operation to the designated area, assigned by the Air District Manager, inside the airport property.

PART4-MEASUREMENT AND PAYMENT

4.1 MEIBOD OF MEASUREMENT

A. Saw Cut. This work will not be measured nor paid for separately, but shall be considered to and included in the price bidfor the contract bid Item 02562.

B. Cold Mill. The unit of measure for cold mill shall be the number of cubic yards. The average depth of the cold milling shall be determined by the Engineer and the Contractor prior to accomplishment of the work.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Cold Mill Asphalt Concrete Pavement 02562 - 2 of3

R03/09/17

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipments, and incidentals needed to complete the Contract.

Payment will be made under:

Item No. Item

02562 Cold Mill AC Pavement

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

END OF SECTION

Unit

Cubic Yards (CY)

Cold Mill Asphalt Concrete Pavement 02562 - 3 of3

R03/09/17

SECTION 02740 - PRECAST CONCRETE WHEEL STOPS

PART 1 - GENERAL

1.1 DESCRIPTION

Section includes specifications for precast concrete wheel stops for vehicular parking stalls in parking structures and parking lots as indicated.

1.2 SUMMARY

The work to be performed under·this Contract shall providing and installing new six ( 6) foot concrete wheel stops to replace old or missing wheel stops .in the main parking lot at Hilo International Airport.

1.3 SUBMITTALS

A. Shop Drawings: Submit_ shop drawings of stops, including installation details and attachment details to at-grade concrete and asphalt pavement, for approval.

B. Product Data: Submit manufacturers' product data of precast stops and epoxy adhesive for approval.

1.4 QUALITY ASSURANCE

A. Precast wheel stops shall be manufactured for the intended purpose by a company or firm specializing in the manufacture of precast concrete parking appurtenances.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Wheel Stops: Precast, 3.5% minimum air-entrained concrete; 4000 psi minimum compressive strength. Each stop shall be reinforced with two No. 4 deformed steel reinforcing bars, minimum. Provide chamfered corners and drainage slots on underside, and provide holes for dowel-anchoring to substrate. Unless indicated otherwise, provide stops of half octagonal configuration and 72-inch length. Concrete wheel stops provided for this project shall be a minimum of five ( 5) inches tall.

B. Adhesive for Anchoring Stops to Parking Structure Slabs, At-Grade Concrete

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Concrete Wheel Stops 02740 - 1 of2

R03/09/17

Pavements, and At-Grade Asphalt Pavements: Epoxy adhesive manufactured for the purpose, conformant with AASHTO M235

C. Adhesive for Bonding Dowel to Wheel Stop: As proposed by Contractor and approved by the Engineer, suitable for application.

D. Steel Bars for Installation: Galvanized 5/8" diameter steel dowels or galvanized.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Securely attach wheel stops into at-grade concrete and at-grade asphalt pavement with not less than two galvanized steel dowels embedded in holes cast into wheel stops. Firmly bond each dowel to wheel stop and to pavement. Epoxy may be used in addition to dowels.

B. At concrete pavement, drill holes in pavement for dowels. Epoxy may be used in addition to dowels.

C. · At parking structure slabs, epoxy to slab.

D. Each wheel stop shall be placed such that each unit cover one stall.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEIBOD OF MEASUREMENT

A. The quantity of Concrete Wheel Stops installed for this Contract will be measured and paid for based on the contract unit price.

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipments, and incidentals needed to complete the Contract.

Payment will be made under:

Item No. Item

02740 Concrete Wheel Stop

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH172l-33

END OF SECTION

Unit

Each (EA)

Concrete Wheel Stops 02740 - 2 of2

R03/09/17

SECTION 02741 - HMA PAVEMENTAND PAVEMENT MARKINGS/MARKERS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The General Provision of the contract, including General and Special Provisions and General Requirements of the Specifications, apply to the work specified in this section.

1.2 SUMMARY

The work to be performed under this Contract shall include hot-mix asphalt (HMA) paving, pavement surface markings/markers, signs, and other related works as shown in the plans.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties.

B. Job-Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work.

C. Material certificates.

D. Signs: Shop drawings or catalog cuts showing overall dimensions, text, and any relevant graphics. Also provide test data on the retroreflective characteristics of the sign as required by these specifications.

1.4 QUALITY ASSURANCE

A. Manufacturer Qualifications: Manufacturer shall be registered with and approved by authorities having jurisdiction or the State of Hawaii Department of Transportation.

B. Regulatory Requirements: Conform to Hawaii Standard Specifications for Road and Bridge Construction, 2005 of State of Hawaii Department of Transportation for asphalt paving work.

C. Asphalt-Paving Publication: Conform to AI MS-22, "Construction of Hot Mix Asphalt Pavements," unless more stringent requirements are indicated.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

HMA Pavement and Pavement Markings/Markers 02741- 1 of8

R03/15/17

1.5 PROJECT CONDITIONS

A. Environmental Limitations: Do not apply asphalt materials if sub-grade is wet or excessively damp or ifthe following conditions are not met:

1. Prime or Tack Coats: Minimum surface temperature of 60 degrees F.

2. Asphalt Surface Course: Minimum surface temperature of 60 degrees F at time of placement.

B. Pavement-Markings: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 degrees F for oil-based materials, 50 degrees F for water-based materials, and not exceeding 95 degrees F.

1.6 ASPHAL CONCRETE CONVERSION FACTOR

The State is using a conversion factor of 2.12 to convert asphalt concrete from bank quantity in cubic yards to tonnages to be paid for this project.

PART 2 - PRODUCTS

2.1 AGGREGATES

A. Aggregate mix for HMA concrete shall conform to the requirements of Mix V, Table 703.09-2, Section 703 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

2.2 ASPHALT MATERIALS

A. Asphalt Cement. Conform to the requirements of Section 702.01 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

B. Recycled Asphalt Pavement. Conform to the requirements of Section 401.02 (A), RAP, of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

C. Tack Coat: Conform to the requirements of Paragraph 702.04, Section 702, SS-I or SS-lh, of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

D. Prime Coat: Conform to the requirements of Paragraph 702.04, Section 702, SS­lh or CSS-lh, of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

HMA Pavement and Pavement Markings/Markers 02741- 2 of8

R03/15/17

2.3 PAVEMENT SURFACE MARKERS AND ADHESIVES

A. Pavement Surface Markers. Conform to the requirements of Section Paragraph 755.02, Section 755 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

B. Pavement Surface Marker Adhesives. Conform to the requirements of Paragraph 755.03, Section 755 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

2.4 PAVEMENT SURFACE MARKINGS

A. Conform to the requirements of Paragraph 755.01, Section 755 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

B. Pavement Arrows shall conform to State of Hawaii Department of Transportation Highways Division Standard Plan TE-29 (r7/11/08), "Standard"

2.5 PAVEMENT SURFACE MARKINGS (OPTIONAL-THERMOPLASTIC)

A. Conform to the requirements Section 755 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

B. Pavement Arrows shall conform to State of Hawaii Department of Transportation Highways Division Standard Plan TE-29 (r7/11/08), "Standard"

2.6 TRAFFIC SIGNS

A. Signs, sign posts, and fasteners shall be in accordance with Section 750 of the . Hawaii Standard Specifications for Road and Bridge Construction, 2005.

B. Concrete Collars shall be in accordance with Class "B", Section 601 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

2. 7 SPEED HUMPS

A. Rubber speed humps shall conform to thefollowing:

1. Assembled from premade rubber modules

2. Minimum width of each module: 35" (width is defined as the dimension parallel to the roadway axis)

3. Minimum length of each module: 19" (length is defined as the dimension perpendicular to the roadway axis)

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

HMA Pavement and Pavement Markings/Markers 02741- 3 of8

R03/15/17

4. Minimum thickness of each module at the top of the hump: 2"

5. Material composition: Vulcanized rubber or rubber/polyurethane composite. Each hump shall be composed of 50% recycled rubber minimum.

6. Compression molded

7. Minimum tensile strength of 500 psi

8. Minimum Shore hardness of 70A

9. Black with molded-in yellow retroreflective tape. Retroreflective area shall cover a minimum of 20% of the surface area of each module except for the end caps.

B. Each rubber speed hump module shall be fastened to the pavement using steel lag bolts conforming to the following:

1. Minimum 3/8" diameter

2. Minimum 4" long

3 Provide with shield type asphalt pavement anchors and zinc plated steel washers

4. Each module shall be fastened to the pavement with a minimum of six (6) lag bolts.

5. Adhesives are not acceptable for use as the sole fastening methodology. Adhesives may be used in conjunction with lag bolts if required by the manufacturer.

PART 3 - EXECUTION

3.1 SUBSURFACE PREPARATION

A. Re-compact exposed aggregate base course material in conformance with Section 304 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

Material shall be added to the surface of the existing aggregate base course, as required, to ensure that the pavement surface meets the grade requirements. This additional material shall be taken from the cold mill material from this project. The Contractor shall process this cold mill material as Recycled Asphalt Pavement, as needed.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

HMA Pavement and Pavement Markings/Markers 02741- 4 of8

R03/15/17

B. All joints and cracks in existing asphaltic pavement subsurface to be overlaid and/or resurface with new asphaltic concrete surface course shall be cleaned of joint and crack sealer, debris, and vegetation. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. Any observed pavement failure or issues in the exposed subsurface shall be reported to the State Project Manager.

If vegetation is a problem a soil sterilant shall be applied. Cracks and joints wider than 3/8 inch shall be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in Table 1.

Table 1 - Combined Gradation for Aggregate Material

Sieve Size Percent Passing No.4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No. 50 25-42 No. 100 15-30 No. 200 10-20

C. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one-part asphalt emulsion to five parts aggregate by volume. The material shall be poured into the joints or cracks or shall be placed in the joint or crack and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 inch of the surface. Any material spilled outside the width of the joint shall be removed from the surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the surface and vegetation in the joints need to be removed.

3.2 ASPHALT CONCRETE PAVEMENT

A. All work requirements shall conform to the requirements of Section 401 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005, exception Sub-sections 401.04 (Method of Measurement) and 401.05 (Basis of Pavement).

B. Prime coat application shall conform to the requirements of Paragraph 420.03, Section 420 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

HMA Pavement and Pavement Markings/Markers 02741- 5 of8

R03/15/17

C. Tack coat application shall conform to the requirements of Paragraph 407.03, Section 407 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

3.3 PAVEMENT SURFACE MARKERS & MARKINGS

A. Reapply all pavement markings removed as part of the cold milling operations including the following:

1. Non-ADA parking stalls & access aisles

2. Crosswalk Markings as showti in the plans

3. Pavement arrows to be painted at the locations shown in the plans I

4. New ADA parking stalls as shown in the plans

5. Stop line and stop~text for rental car area exit

B. All pavement marking work requirements shall be in accordance with Section 629 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005, with the exception of Sub-sections 629.04 (Method of Measurement) and 629.05 (Basis of Pavement).

3.4 FIELD QUALITY CONTROL

A. Testing Agency: The Airports Division will engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports.

B. Additional testing and inspecting, at the Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

C. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements.

3.5 SURPLUS AND WASTEMATERIALS DISPOSAL

A. Disposal Unsatisfactory Materials. Surplus unsatjsfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off the Airport's property.

B. Stockpile Satisfactory Materials. Surplus satisfactory soil material and cold milled AC material shall be stockpiled within the Airport's property, designated by the Air District Manager.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

HMA Pavement and Pavement Markings/Markers 02741 - 6 of8

R03/15/17

3.6 TRAFFIC SIGNS

A. Install signs as shown in the plans. Signs shall be installed per the relevant detail drawing in the plans. In the absence of such detail drawings, traffic signs shall be installed per State of Hawaii Department of Transportation Highways Division Standard Plan TE-03A (r7 /11/08)

B. All sign installation work requirements shall be in accordance with Section 631 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005, exception Sub-sections 631. 04 (Method of Measurement) and 631. 05 (Basis of

. Pavement).

3. 7 SPEED HUMPS

A. Sweep and pressure wash the pavement at each speed hump installation location.

B. Install speed humps per the manufacturer's recommendations.

PART 4 - MEASUREMENT AND PAYMENT

4.1 METHOD OF MEASUREMENT

A. Prime and/or tack coats and will not be measured nor paid for separately, but shall be incidental to HMA Pavement.

B. Recycled asphalt material required to meet grade requirements shall be paid on a cubic yard basis. Payment shall only be for material as placed in the pavement section.

C. The unit of measure for placement of HMA pavement shall be the number of tonnages and paid for at the Contract Unit Price.

D. Pavement surface marking, including temporary and permanent, and pavement surface marker and adhesive works will not be measured, but work under this Section will be paid for at the Contact Unit price.

E. ADA Pavement Markings & Signage will not be measured for payment separately, but will be paid for at the Contract Lump Sum Price.

F. Speed Hump installation will not be measured for payment, but will be paid for at the Contract Unit Price.

G. Stop line and stop text will not be measured for payment separately and will be incidental to ADA Pavement Markings & Signage.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

HMA Pavement and Pavement Markings/Markers 02741- 7 of8

R03/15/17

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipments, and incidentals needed to complete the Contract. ',

Payment will be made under:

Item No. Item

02741.1 Hl\1A Pavement

02741.2 Recycled Asphalt Pavement

02741.3 Parking Stall Line

02741.4 Crosswalk Markings

02741.5 Pavement Arrow (Straight or Turn)

02741.6 Pavement Arrow (Straight & Turn)

02741.7 ADA Pavement Markings & Signage

02741.8 Single Lane Speed Hump

02741.9 Two Lane Speed Hump

02741.10 Four Lane Speed Hump

END OF SECTION

Unit

Tons (TON)

Cubic Yard (CY)

Each (EA)

Lump Sum (LS)

Each (EA)

Each (EA)

Lump Sum (LS)

Each (EA)

Each (EA)

Each (EA)

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

HMA Pavement and Pavement Markings/Markers 02741- 8 of8

R03/15/17

SECTION 02742-FULL DEPTH PAVEMENT RECONSTRUCTION

PART 1-GENERAL

1.1 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and General Provisions of the Specifications apply to the work specified in this Section.

1.2 SCOPE OF WORK

This Section includes the following work items as part of full depth pavement reconstruction:

A. Excavation of failed pavement sections as designated on the plans to the subgrade layer. This includes removal of deleterious and/or organic matter from the excavation section.

B. Over excavation into the ex1stmg subgrade material and placement of new aggregate subgrade material.

C. Placement of new untreated aggregate base course and hot-mix asphalt (HMA) concrete surface course matching the existing pavement section as built.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties.

B. Job-Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work

C. Material certificates.

1.4 QUALITY ASSURANCE

A. Manufacturer Qualifications: Manufacturer shall be registered with and approved by authorities having jurisdiction or the Hawaii State Department of Transportation.

B. Regulatory Requirements: Comply with the "Hawaii Standard Specifications for Road and Bridge Construction, 2005" of State of Hawaii Department of Transportation for asphalt paving work

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

02742-1 of5 Full Depth Pavement Reconstruction

R03/14/17

C. Asphalt-Paving Publication: Comply with Asphalt Institute MS-22, . "Construction of Hot Mix Asphalt Pavements," unless more stringent requirements are indicated.

1.5 PROJECT CONDITIONS

A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met:

1. Prime and/or Tack Coat: Minimum surface temperature of 60 °P.

2. Asphalt Surface Course: Minimum surface temperature of 60 °P at time of placement.

PART 2 - PRODUCTS

2.1 AGGREGATE SUBBASE COURSE

In accordance with Section 703.17 (Aggregate for Subbase) of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005".

2.2 UNTREATED AGGREGATE BASE

In accordance with Section 703.06 (Aggregate for Untreated Base), 1-1/2 inch maximum nominal size, of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005".

2.3 AGGREGATE FOR HOT MIX ASPHALT PAVEMENT

In accordance with Section 703.09 (Aggregate for Hot Mix Asphalt Pavement), Mix V, of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005".

2.4 ASPHALT MATERIALS

A. Asphalt Cement: In accordance with Section 702.01 (Asphalt Cement) of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005".

B. Tack Coat: Conform to the requirements of Paragraph 702.04, Section 702, SS-1 or SS-lh, of the Hawaii Standard Specifications for Road and Bridge Construction, 2005.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CHl 721-33

02742-2of5 Full Depth Pavement Reconstruction

R03/14/17

PART 3 - EXECUTION

3.1 SUBGRADE PREPARATION

Prepare subgrade material in accordance with Section 203.03(D) (Subgrade Preparation) of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005". In the event that any the subgrade material is found to be unsuitable, the Contractor shall excavate the subgrade to a depth specified by the Engineer and backfill with material compliant with Section 305 (Aggregate Subbase Course) of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005".

3.2 UNTREATED AGGREGATE BASE COURSE

Untreated aggregate base course construction shall be in accordance with Section 304.03 (Construction) of the "Hawaii Standard Specifications for Road and Bridge Construction, 2005".

3.3 ASPHALT CONCRETE PAVEMENT

A. All work requirements shall conform to the requirements of Section 401 of the Hawaii Standard Specifications for Road and Bridge Construction, 2005, excep­tion Sub-sections 401.04 (Method of Measurement) and 401.05 (Basis of Pave­ment).

B. Prime coat application shall conform to the requirements of Paragraph 420.03, Section 420 of the Hawaii Standard Specifications for Road and Bridge Constru.c­tion, 2005.

C. Tack coat application shall conform to the requirements of Paragraph 407.03, Section 407 of the Hawaii Standard Specifications for Road and Bridge Construc­tion, 2005.

3.4 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports.

B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

C. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

02742 - 3 of5 Full Depth Pavement Reconstruction

R03/14/l 7

PART 4 - METHOD OF MEASUREMENT AND BASIS OF PAYMENT

4.1 METHOD OF MEASUREMENT

A. The Engineer will measure full depth pavement reconstruction to be paid on a square feet basis. Measurement will be based on the limits of the base course excavation and not include the six inch overlap of the HMA pavement onto the non-reconstructed area. This overlap area shall be incidental to the contract.·

B. The Engineer will not measure hot-mix asphalt paving separately, but it shall be considered incidental to and included in the price bid for full depth pavement reconstruction in this project.

C. The Engineer will not measure and pay for tack coat separately; but it shall be considered incidental to and included in the price bid for full depth pavement reconstruction in this project.

D. The Engineer will not measure aggregate base course separately, but it shall be considered incidental to and included in the price bid for full depth pavement reconstruction in this project.

E. The Engineer will measure aggregate subbase course to be paid on a square feet basis.

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipments, and incidentals needed to complete the Contract.

A. Payment for full depth pavement reconstruction shall be full compensation for excavating and disposing of failed pavement sections as designated by the Engineer, subgrade preparation, and placement of new untreated aggregate base course and hot-mix asphalt (HMA) concrete surface course. Work shall be in compliance with the Contract and matching the exis~ing pavement section as built.

B. Payment for full depth pavement reconstruction shall be full compensation for excavation of unsuitable sµbgrade material in the areas and to the depth designated by the Engineer, placement of new subbase material as needed, and compaction in compliance with these specifications.

All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipments, and incidentals needed to complete the Contract.

Payment will be made under:

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

02742 - 4 of 5 Full Depth Pavement Reconstruction

R03/14/17

Item No. Item

02742.1 Full Depth Pavement Reconstruction

02742.2 Aggregate Subbase

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

END OF SECTION

Unit

Square Feet (SF)

Cubic Feet (CF)

02742-5of5 Full Depth Pavement Reconstruction

R03/14/l 7

DIVISION 3 - CONCRETE

SECTION 03300 - CAST-IN-PLACE CONCRETE

PART 1-GENERAL

1.1 RELATED DOCUMENTS

The General Provisions of the Contract, including General and Special Provisions and General Provisions of the Specifications apply to the work specified in this Section.

1.2 SCOPE OF WORK

Provide and install all cast in place concrete for concrete curbs and walkway reconstruction as shown in the plans.

1.3 STORAGE OF MATERIALS

Cement and aggregates shall be stored in such a manner as to prevent their deterioration or the intrusion of foreign matter. Any material which has deteriorated or which has been damaged shall not be used for concrete and shall be promptly removed from the site.

1.4 STANDARD CODES AND SPECIFICATIONS

11Hawaii Standard Specifications for Road and Bridge Construction, 11 dated 2005, State of Hawaii, Department of Transportation. Measurement and payment provisions of these specifications are not applicable to this project.

1.5 SUBMITTALS

A. Submit in accordance with Section 01300- SUBMITTALS.

B. Product Data:

1. Reinforcing steel - certified mill test results or laboratory test results. Indicate bar size, yield strength, ultimate tensile strength, elongation, and bend test. Provide chemical composition for reinforcing steel that are to be welded.

2. ADA detectable warning strips - submit catalog cuts

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

03300 - 1of10 Cast-In-Place Concrete

R03/09/17

3. Galvanized steel handrail - submit catalog cuts and/or shop drawings.

4. Paint for galvanized steel surfaces - submit manufacturer's data

C. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstance warrant adjustments. Indicate amounts of mix water to be withheld for later addition at project site.

D. Material Test Reports from a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materiats.

E. Material Certificates: Signed by manufacturers certifying that each of the following items complies with requirements:

1. Cementitious materials

2. Admixtures

3. Steel reinforcement and reinforcement accessories

4. Curing materials

5. Expansion joint filler

6. Joint sealing compound

7. Epoxy grout

8. Epoxy bonding agent

9. Repair materials

1.6 TESTS

A. Portland cement concrete pavement shall achieve a 28-day flexural strength such that no more than twenty percent (20%) of the concrete produced will fall below a flexural strength of 700 psi.

Flexural strength test specimens shall be prepared in accordance with ASTM C31 and tested in accordance with ASTM C78.

B. Compressive Strength

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CHI 721-33

03300 - 2of10 Cast-In-Place Concrete

R03/09/17

1. The Contractor shall make and identify all test cylinders in the presence of and as directed by the Engineer. The Engineer shall direct making and testing of test cylinders in whatever quantity he deems fit and/ or necessary from any concrete pour. The Contractor shall provide labor and equipment to deliver the cylinders to the testing laboratory.

2. The standard age for testing the cylinders shall be 28 days. However, 7-day tests may be made for indication of final 28-day strengths.

3. All cylinders shall be made and cured in accordance with AS TM C31.

4. In all cases where the strength of any group of cylinders falls below the minimum compressive strength specified, the Engineer shall have the right to require that test specimens to be cut from the structure. Specimens shall be selected by Engineer from the location in the structure represented by the test specimen or specimens which failed. Specimens shall be secured, prepared, and tested in accordance with ASTM C42 within a period of sixty (60) days after placing concrete. The testing shall be done by a laboratory approved by the Engineer. Concrete in the area represented by the core tests will be considered structurally adequate if the average strength of three (3) cores is no less than eighty-five percent (85%) and the strength of a single core is not less than seventy-five percent (7 5%) of 28-day strength specified. Should laboratory analysis indicate, however, that the proper concrete mix has not been used by the Contractor, all such concrete placed using the improper mix shall be subject to rejection. The cost of cutting specimens from the structure, patching the resulting holes, and making the analysis, including laboratory and consultation costs, shall be borne by the Contractor. The holes from which the cored samples are taken shall be packed solid with no-slump concrete proportioned in accordance with the ACI 211.3 "Standard Practice for Selecting Proportions of No-Slump Concrete." The patching concrete shall have an "extremely dry" consistency and the same design strength as the specified concrete.

C. Slump: Sample of concrete for slump test shall be made by the Contractor, in the presence of the Engineer and as directed by the Engineer. The Engineer shall direct slump tests in whatever quantity he deems fit and/or necessary from any concrete pour.

D. Test Sample: Sample of flexural strength and compressive strength test shall be prepared by the Contractor, in the presence of the Engineer and as directed by the Engineer.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

03300 - 3 of 10 Cast-In-Place Concrete

R03/09/17

E. Testing Frequency: Obtain at least one composite sample for each 100 cubic yards or fraction thereof each concrete mix placed each day.

F. Cost of testing will be borne by the Contractor.

G. If the strength tests fall below the requirements stipulated above, the Engineer shall have the right to require any and all defective concrete to be replaced, and all costs resulting therefrom shall be borne by the Contractor.

PART 2-PRODUCTS

2.1 MATERIALS

A. Portland cement shall conform to the requirements of ASTM C 150, Type I, for all concrete work.

B. Concrete Aggregates

1. Fine aggregates shall be calcareous or basalt sands, or a combination thereof. They shall meet the grading requirements of ASTM C 33 unless concrete producer can provide past data that shows that a proposed non­conforming gradation will produce concrete with the required strength and suitable workability.

If manufactured sands are used in the concrete mix, the Contractor may select and use a water-reducing and/or an air-entraining admixture as specified hereinafter to provide satisfactory workability in the concrete. The cement content of a mix shall be as specified hereinafter, and the use of an admixture shall in no way result in the reduction of the cement factor.

2. Coarse Aggregates shall be crushed close-grained, blue lava rock meeting the grading requirements of sizes 57 or 67 (ASTM D 448) or both. The maximum size of aggregate shall not be larger than 1/ 5 of the narrowest dimensions between sides of the forms of the member for which the 1

concrete is to be used nor larger than % of the minimum clear spacing between individual reinforcing bars or bundles of bars.

C. Water used in mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalis, salts, organic materials or other substances that may be deleterious to concrete or reinforcement. Non-potable water shall not be used.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

03300 - 4 of 10 Cast-In-Place Concrete

R03/09/17

D. Expansion Joint Filler: A pre-molded material of one-half inch (Yz'') thickness, unless otherwise noted, composed of cellular fibers securely bonded together and uniformly saturated with asphalt conforming to ASTM D 1751.

E. Joint Sealing Compound shall be a polysulfide or urethane compound conforming to ASTM C 920 or other approved equal.

F. Admixture, if used, shall conform to ASTM C 494 or ASTM C 260 and shall be mixed in proper amount in accordance with directions of manufacturer.

G. Curing compound slrall conform to the requirements of ASTM C 309.

H. Epoxy grout shall be in accordance with Subsection 712.04(B) of the referenced Standard Specifications, except as amended in the drawings and specifications herewith.

I. Epoxy bonding agent shall be in accordance with Subsection 712.02 of the referenced Standard Specifications, except as amended in the drawings and specifications herewith.

J. Pervious Sheeting shall be burlap or other acceptable absorbent material, free from substances that will harm the concrete or cause discoloration

K. Paint for the metal handrail shall be of a type made for use with galvanized steel coatings. Paint shall be rated for use outdoors with exposure to the sun and weather.

PART 3 - EXECUTION

3.1 DESIGN OF CONCRETE MIXES

A. Ingredients for concrete shall be Portland cement, fine and coarse aggregates and water.

B. Normal weight concrete shall meet the requirements outlined in Subsections C, D andE below.

C. For concrete pavements the mix shall be workable concrete having a slump between 1and2 inches, as determined by ASTM C143.

D. Concrete, except for concrete pavements shall be designed so that concrete materials will not segregate nor cause excessive bleeding. Slump shall be 4

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

03300 - 5of10 Cast-In-Place Concrete

R03/09/17

inches. A tolerance of 1 inch above the indicated slump will be allowed for individual batches.

E. For each class of concrete up to Class 4,000, the cement content and the test results for 28-day compressive strength shall meet the following requirements.

Class 4,000 3,000 2,500

28-Day Compressive Strength Test Results

Min. Average for 3

Cylinders

Pfil 4,000 3,000 2,500

Min. Average for 2

Cylinders

Pfil 3,750 2,750 2,250

Min. Cement Content per Cubic Yard Sacks 6.25 5.50 5.00

F. The Contractor shall submit for approval by the Engineer the mixes he intends to use at least fourteen (14) days before the actual concrete placing operation.

G. The Contractor shall use only approved mixes.

H. For concrete pavements, the minimum flexural strength allowable shall be 700 psi.

3.2 MIXING CONCRETE

A. All concrete throughout shall be either job or plant mixed in an approved type of power operated mixer that will ensure uniformity and homogeneity of the concrete produced. Contractor shall provide a sufficient number of mixers to continuously carry on the work.

B. Mixing at jobsite shall be done in accordance with ACI 304 and as follows:

1. Concrete shall be thoroughly mixed in a batch mixer of an approved type and size which will insure a uniform distribution of materials throughout mass. The machine shall have a control device to prevent materials from being discharged until they have been mixed for the specified minimum time. Mixers compliant with ASTM C 685/685M are acceptable for use on this project.

2. The entire contents of the drum shall be discharged before materials of the succeeding batch are placed therein. No mixer shall be used which has a rated capacity of less than a 1-sack batch and no mixer shall be charged in

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CHl 721-33

03300 - 6 of 10 Cast-In-Place Concrete

R03/09/17

excess of its rated capacity.

3. The first batch of materials placed in the mixer after the machine has been cleaned shall contain a sufficient excess of cement, sand and water to coat the inside of the drum without reducing the required mortar content of the mix. Upon cessation of mixing, the mixer shall be thoroughly cleaned.

C. Ready Mixed and Mixed-In-Transit Concrete shall be mixed to conform to the provisions of ASTM C94 and as follows:

1. The plant shall have sufficient capacity and transportation equipment to deliver concrete at the rate desired. The interval between batches for a pour shall not exceed 30 minutes.

2. The time elapsed between the introduction of the mixing water to the cement and aggregates or the cement to the aggregates, and the placing of concrete in its final position shall not exceed 90 minutes.

3. In hot weather (more than 90 degrees F, ambient temperature) or under conditions contributing to quick stiffening of the concrete, the elapsed time in paragraph 2 above shall not exceed 60 minutes, if no retarding admixture is used. If an ASTM C 494 Type B or D admixture is added to the concrete, the elapsed time in paragraph 2, shall remain at 90 minutes.

D. Concrete shall be mixed only in such quantity as is required for immediate use. No re-tempering will be permitted and concrete that has started to harden shall be discarded and promptly removed from the job.

E. Admixtures conforming to Paragraph 2.01 may be used in the concrete as recommended by the supplier and approved by the Engineer.

F. Hand mixing of concrete will not be permitted.

3.3 PLACING CONCRETE

A. Place no concrete until sleeves, and other work required to be built into or placed ahead of concrete placing have been inspected and approved by the Engineer. Concrete placed without such notice and approval shall be rejected.

B. Preparation. Concrete shall be placed upon clean, damp surfaces with no free water, or upon properly compacted fills but never upon soft mud or dry, porous earth. Before pouring footings, bottoms of excavations shall be properly leveled off and tamped.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CH1721-33

03300 - 7of10 Cast-In-Place Concrete

R03/09/17

C. Conveying

1. Concrete shall be conveyed from mixer to forms as rapidly as practicable by methods that will prevent segregation.

2. Concrete shall be deposited as nearly as practicable in its final position. Extensive spading as a means of transportation shall be avoided and in no case shall vibrators be used to transport concrete inside the forms.

3. Open troughs and chutes shall have a slope not to exceed 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontal. Chutes more than 20 ft. long and chutes not meeting the slope requirements may be used provided they discharge into a hopper before distribution.

4. The concrete shall not be allowed to drop freely more than 6 feet except where specifically authorized by the Engineer. When placing operations would involve dropping of concrete from a height of more than 6 feet, it shall be conveyed through pipes or flexible drop chutes.

5. If any appreciable segregation occurs through the conveying methods employed, their use shall be ordered discontinued by the Engineer and some other satisfactory method of placing concrete shall be used.

6. All chutes, troughs, pipes and other means of conveyances shall be kept clean and free from coatings of hardened cement or concrete by thoroughly cleaning with water and chipping after each pour. Water used for flushing shall be discharged away from the vicinity of the concrete or forms already in place.

D. Depositing

1. Unless adequate protection is provided, concrete shall not be placed during rain. Rainwater shall not be allowed to increase missing water or damage the surface finish. Fresh concrete that has been deposited but has not attained its initial set shall be protected in the event of rain.

2. Concrete shall be placed so as to avoid segregation of the materials and the displacement of the reinforcing. As nearly as practicable, the concrete shall be dropped vertically without hitting sleeves or forms into its final position in order to avoid separation of coarse aggregates from concrete.

E. Compaction

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CHI 721-33

03300 - 8of10 Cast-In-Place Concrete

R03/09/17

1. All concrete shall be consolidated by vibration so that the concrete is thoroughly worked around embedded items, eliminating all air or stone pockets which may cause honeycombing, pitting, or planes of weakness. All compaction shall be done by use of high frequency internal vibrators. Where the vibrator cannot be inserted into the concrete, compaction shall be done by spading, rodding or forking.

2. Frequency of vibrator shall be not less than 7,000 impulses per minute. The Contractor shall provide a sufficient number of vibrators to properly consolidate all concrete immediately after placing. At least one standby vibrator shall be on hand at all times during placement of the concrete.

3.4 CURING AND PROTECTION

A. All concrete shall be cured for a period of not less than seven (7) days by one of the methods listed below. During this curing period, the concrete shall be maintained with minimal moisture loss at a relatively constant temperature. Fresh concrete shall be protected from heavy rains, flowing water, mechanical injury, and injurious action of the sun. Curing method selected must be compatible with the finish to be applied to the concrete. Curing shall immediately follow the finishing operation.

B. Curing Compounds: Curing compounds shall be applied per manufacturer's recommendation.

3.5 CLEANUP

Contractor shall clean up all concrete and cement materials, equipment and debris upon completion of any portion of concrete work and upon completion of entire concrete and related work.

PART 4 - MEASUREMENT AND PAYMENT

4.1 BASIS OF MEASUREMENT AND PAYMENT

A. The quantity of Concrete under this Section will be not be measured for payment. Concrete curbing shall be incidental to the installation of the adjacent speed hump under Section 02741

B. Concrete walkway reconstruction will not be measured for payment, and will be paid for on a lump sum basis. Accessories called for as part of the concrete walkway reconstruction will not be measured for payment and are incidental to

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CHI 721-33

03300 - 9of10 Cast-In-Place Concrete

R03/09/17

the contract (galvanized steel handrail, detectable warnings, etc.).

4.2 BASIS OF PAYMENT

All payments shall be full compensations for all work described under this Section, and all materials, labors, tools, equipment, and incidentals needed to complete the Contract.

Payment will be made under:

Item No. Item

03300 Concrete Walkway Reconstruction

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No. CHI 721-33

END OF SECTION

Unit

Lump Sum (LS)

03300 - 10 of 10 Cast-In-Place Concrete

R03/09/17

Requirements of Chapter 104, HRS Wages and Hours of Employees on Public Works Law

Chapter 104, HRS, applies to every public works construction project over $2,000, regardless of the method of procurement or financing (purchase order, voucher, bid, contract, lease arrangement, warranty, SPRB).

Rate of Wages for Laborers and Mechanics

• Minimum prevailing wages (basic hourly rate plus fringe benefits), as determined by the Director of Labor and Industrial Relations and published in wage rate schedules, shall be paid to the various classes of laborers and mechanics working on the job site. [§104-2(a), (b), Hawaii Revised Statutes (HRS)]

• If the Director of Labor determines that prevailing wages have increased during the performance of a public works contract, the rate of pay of laborers and mechanics shall be raised accordingly. [§104-2(a) and (b), HRS; §12-22-3(d) Hawaii Administrative Rules (HAR)]

Overtime

• Laborers and mechanics working on a Saturday, Sunday, or a legal holiday of the State or more than ejght hours a day on any other day shall be paid overtime compensation at no less than one and one-halftimes the basic hourly rate plus the cost of fringe benefits for all hours worked. [§§104-1, 104-2(c), HRS]

Weekly Pay

• Laborers and mechanics employed on the job site shall be paid their full wages at least once a week, without deduction or rebate, except for legal deductions, within five working days after the cutoff date. [§ 104-2( d), HRS]

Posting of Wage Rate Schedules

• Wage rate schedules with the notes for prevailing wages and special overtime rates, shall be posted by the contractor in a prominent and easily accessible place at the job site. A copy of the entire wage rate schedule shall be given to each laborer and mechanic employed under the contract, except when the employee is covered by a collective bargaining agreement. [§104-2(d), HRS]

Withholding of Accrued Payments

• If necessary, the contracting agency may withhold accrued payments to the contractor to pay to laborers and mechanics employed by the contractor or subcontractor on the job site any difference between the wages required by the public works contract or specifications and the wages received. [§ 104-2( e ), HRS]

Certified Weekly Payrolls and Payroll Records

• A certified copy ofall payrolls shall be submitted weekly to the contracting agency.

• The contractor is responsible for the submission of certified copies of the payrolls of all subcontractors. The certification shall affirm that the payrolls are correct and complete, that the wage rates listed are not less than the applicable rates contained in the applicable wage rate schedule, and that the classifications for each laborer or mechanic conform with the work the laborer or mechanic performed. [§ 104-3(a), HRS]

• Payroll records shall be maintained by the contractor and subcontractors for three years after completion of construction. The records shall contain: [HAR § 12-22-10]

• the name and home address of each employee • weekly straight time and overtime earnings • the employee's correct classification • amount and type of deductions • rate of pay (basic hourly rate + fringe benefits) • actual wages paid • itemized list of fringe benefits paid • date of payment • daily and weekly hours worked

• Records shall be made available for inspection by the contracting agency, the Department of Labor and Industrial Relations, and any of its authorized representatives, who may also interview employees during working hours on the job. [§104-3(b), HRS]

-1-eH104-3 Rev. 09/15

Termination of Work on Failure to Pay Wages

• If the contracting agency fmds that any laborer or mechanic employed on the job site by the contractor or any subcontractor has not been paid prevailing wages or overtime, the contracting agency may, by written notice to the contractor, terminate the contractor's or subcontractor's right to proceed with the work or with the part of the work in which the required wages or overtime compensation have not been paid. The contracting agency may complete this work by contract or otherwise, and the contractor or contractor's sureties shall be liable to the contracting agency for any excess costs incurred. [§ 104-4, HRS]

Apprentices and Trainees

• In order to be paid apprentice or trainee rates, apprentices and trainees must be parties to an agreement either registered with or recognized as a USDOL nationally approved apprenticeship program by the Department of Labor and Industrial Relations, Workforce Development Division, (808) 586-8877. [§12-22-6(1), HAR]

• The number of apprentices or trainees on any public work in relation to the number of journeyworkers in the same craft classification as the apprentices or trainees employed by the same employer on the same public work may not exceed the ratio allowed under the apprenticeship or trainee standards registered with or recognized by the Department of Labor and Industrial Relations. A registered or recognized apprentice receiving the journeyworker rate will not be considered a journeyworker for the purpos~ of meeting the ratio requirement. [§ 12-22-6(2), HAR]

Enforcement

• To ensure compliance with the law, DLIR and the contracting agency will conduct investigations of contractors and subcontractors. If a contractor or subcontractor violates the law, the penalties are:

• First Violation Equal to 10% of back wages found due or $25 per offense, whichever is greater. • Second Violation Equal to amount ofback wages found due or $100 for each offense, whichever is greater. • Third Violation Equal to two times the amount of back wages found due or $200 for each offense, whichever is

greater; and Suspension from doing any new work on any public work of a governmental contracting agency for three years.

• A violation would be deemed a second violation if it occurs within two years of the first notification of violation, and a third violation ifit occurs within two years of the second notification of violation.

• Suspension: For a first or second violation, the department shall immediately suspend a contractor who fails to pay wages or penalties until all wages and penalties are paid in full. For a third violation, the department shall penalize and suspend the contractor as described above, except that if the contractor continues to violate the law, then the department shall immediately suspend the contractor for a mandatory three years. The contractor shall remain suspended until all wages and penalties are paid in full. [§§104-24, 104-25]

• Suspension: Any contractor who fails to make payroll records accessible or provide requested information within 10 days, or fails to keep or falsifies any required record, shall be assessed a penalty including suspension as provided in Section 104-22(b) and 104-25(a)(3), HRS. [§104-3(c)]

• If any contractor interferes with or delays any investigation, the contracting agency shall withhold further payments until the delay has ceased. Interference or delay includes failure to provide requested records or information within ten days, failure to allow employees to be interviewed during working hours on the job, and falsification of payroll records. The department shall assess a penalty of$10,000 per project, and $1,000 per day thereafter, for interference or delay. [§104-22(b)]

• Failure by the contracting agency to include in the provisions of the contract or specifications the requirements of Chapter 104, HRS, relating to coverage and the payment of prevailing wages and overtime, is not a defense of the contractor or subcontractor for noncompliance with the requirements of this chapter. [§104-2(±)]

For additional information, visit the department's website at http://labor.hawaii.gov/wsd or contact any of the following DLIR offices:

mtl...111 . Oahu (Wage Standards Division) .......................................................... (808) 586-8777

Hilo ......................................................................................................... (808) 974-6464 Kauai ....................................................................................................... (808) 274-3351 Maui ........................................................................................................ (808) 243-5322 West Hawaii ........................................................................................... (808) 322-4808

-2-eH104-3 Rev. 09/15

STATE OF HAWAII

DEPARTMENT OF TRANSPORTATION

AIRPORTS DIVISION

PROPOSAL

PROPOSAL TO

THE STATE OF HAW All

DEPARTMENT OF TRANSPORTATION

AIRPORTS DIVISION

PROJECT:

PROJECT NO.:

CONTRACT TIME:

LIQUIDATED DAMAGES:

PROJECT MANAGER:

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHI 721-33

Resurface Main Parking Lot, Phase I Hilo International Airport Island of Hawaii, Hawaii

State Project No. CHl 721-33

NINETY (90) calendar days from the Notice to Proceed for pre-construction activities followed by;

ONE HUNDRED TWENTY (120) additional calendar days for construction activities, whereby;

All work under this Contract shall be completed within TWO HUNDRED TEN (210) calendar days from the date indicated in the Notice to Proceed from the State.

ONE THOUSAND SEVEN HUNDRED FIFTY DOLLARS ($1,750.00) per calendar day for failure to complete project in the time stated above.

Steve Tagupa Honolulu International Airport 400 Rodgers Boulevard, Suite 700 Honolulu, HI 96819-1880 Email: [email protected] Phone: (808) 838-8805 FAX: (808) 838-8751

Proposal P -1of16

R03/28/2017

Director of Transportation 869 Punchbowl Street Honolulu, Hawaii 96813

Dear Sir:

The undersigned bidder declares the following:

1. It has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this proposal.

2. It has not been assisted or represented on this matter by any individual who has, in a State capacity, been involved in the subject matter of this contract within the past two years.

3. It has not and will not, either directly or indirectly offered or given a gratuity (i.e. an entertainment or gift) to any State or Cou9ty employee to obtain a contract or favorable treatment under a contract.

The undersigned bidder further agrees to the following:

1. If this proposal is accepted, it shall execute a contract with the Department to provide all necessary labor, machinery, tools, equipment, apparatus and any other means of construction, to do all the work and to furnish all the materials specified in the contract in the manner and within the time therein prescribed in the contract, and that it shall accept in full payment therefore the sum of the unit and/or lump sum prices as set forth in the attached proposal schedule for the actual quantities of work performed and materials furnished and furnish satisfactory security in accordance with Section 103D-324, Hawaii Revised Statutes, within 1 O days after the award of the contract or within such time as the Director of Transportation may allow after the undersigned has received the contract documents for execution, and is fully aware that non-compliance with the aforementioned terms will result in the forfeiture of the full amount of the bid guarantee required under Section 103D-323, Hawaii Revised Statutes.

2. That the quantities given in the attached proposal schedule are approximate only and are intended principally to serve as a guide in determining and comparing the bids.

3. That the Department does not either expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit portions of the work, as may be deemed necessary or advisable by the Director of Transportation, and that all increased or decreased quantities of work shall be performed at the unit prices set forth in the attached proposal schedule except as provided for in the specifications.

P-2 r11/2016

4. In case of a discrepancy between unit prices and the totals in said Proposal Schedule, the unit prices shall prevail.

5. Agrees to begin work within 1 O working days after the date of notification to commence with the work, which date is in the notice to proceed, and shall finish the entire project within the time prescribed.

6. The Director of Transportation reserves the right to reject any or all bids and to waive any defects. when in the Director's opinion such rejections or waiver will be for the best interest of the public.

The bidder acknowledges receipt of and certifies that it has completely examined the following listed items: the Hawaii Department of Transportation, Air and Water Transportation Facilities Division General Provisions for Construction Projects dated 2016, the Notice to Bidders, the Special Provisions, if any, the Technical Provisions; the Proposal, the Contract and Bond Forms, and the Project Plans.

In accordance with Section 103D-323, Hawaii Revised Statutes, this proposal is accompanied with a bid security in the amount of 5% of the total amount bid, in the form checked below. (Check applicable bid security submitted with bid.)

__ Surety Bid Bond (Use standard form),

__ Cash,

-- Cashier's Check,

-- Certified Check, or

(Fill in other acceptable security.)

P-3 r11/2016

1.

2.

3.

4.

5.

6.

7.

8.

9.

1.

2.

3.

The undersigned bidder acknowledges receipt of any addendum issued by the Department by recording in the space below the date of receipt.

Addendum No. 1 Addendum No. 3 ----- -----

Addendum No. 2 Addendum No. 4 ----- -----

In accordance with Section 1030-302, Hawaii Revised Statutes, the undersigned as bidder has listed the name of each person or firm, who will be engaged by the bidder on the project as Joint Contractor or Subcontractor and the nature of work to be done by each. It is understood that failure to comply with the aforementioned requirements may be cause for rejection of the bid submitted.

Name of Subcontractor Nature and Scope of Work

Name of Joint Contractor Nature and Scope of Work

("None" or if left blank indicates no Subcontractor or Joint Contractor; if more space is needed, attach additional sheets.)

P-4 r11/2016

The undersigned hereby certifies that the bid prices contained in the attached proposal schedule have been carefully checked and are submitted as correct and final.

This declaration is made with the understanding that the undersigned is subject to the penalty of perjury under the laws of the United States and is in violation of the Hawaii Penal Code, Section 710-1063, unsworn falsification to authorities, of the Hawaii Revised Statutes, for knowingly rendering a false declaration.

NOTE:

Bidder

By~~~~~~~~~~~~~~~~~~~~~~-Authorized Signature

Title

Business Address

Business Telephone

Date

Contact Person and Phone Number (If different from above.)

If bidder is. a CORPORATION, the legal name of the corporation shall be set forth above, the corporate seal affixed, together with the signature(s) of the officer(s) authorized to sign contracts for the corporation. Please attach to this page current (not more than six months old) evidence of the authority of the officer(s) to sign for the corporation.

If bidder is a PARTNERSHIP, the true name of the partnership shall be set forth above, with the signature(s) of the general partner(s). Please attach to this page current (not more than six months ol<;l) evidence of the authority of the partner authorized to sign for the partnership.

If bidder is an INDIVIDUAL, the bidder's signature shall be placed above.

If signature is by an agent, other than an officer of a corporation or a partner of a partnership, a POWER OF ATTORNEY must be on file with the Department before opening bids or submitted with the bid. Otherwise, the Department may reject the bid as irregular and unauthorized.

P-5 r11/2016

PREFERENCES

Bidders agree that preferences shall be taken into consideration to determine the low bidder in accordance with said Sections and the rules promulgated, however, the award of contract will be in the amount of the bid offered exclusive of any preferences.

A. HAWAII PRODUCTS PREFERENCE

It is understood that certain Hawaii Products may be acceptable for use in this project and that, pursuant to Sections 103D-1002, HRS, which provides preference for Hawaii Products,£! bidder proposing to use such Hawaii products shall so designate in the schedule provided below.

If a bidder proposes to use Hawaii Products, the bidder must so designate in said schedule by entering the cost of such product in the appropriate space provided. Failure on the part of the bidder to designate the use of Hawaii products will automatically void any preference for that product.

Persons desiring to qualify product(s) not currently on the list, shall complete form SP0-38, Certification for Hawaii Product Preference in accordance with the Special Provisions of these specifications.

It is understood by the bidder that if the bidder elects to furnish qualified Hawaii Products, and is awarded the contract, then fails to use such products or meet the requirements of such preference, the bidder shall be subject to the statutory penalties, provided in Section 103D-1002, Hawaii Revised Statute, and such other remedies as may be available to the State.

( ) Yes, I propose to use Hawaii Products and claim the Hawaii Products Preference. I have filled in the table on the foil owing pages as applicable.

B. APPRENTICESIDP PROGRAMS PREFERENCE

In accordance with ACT 17, SLH 2009 - Apprenticeship Program, a 5% bid adjustment for bidders that are parties to apprenticeship agreements pursuant to Hawaii Revised Statutes (HRS) Section 103-55'.6 may be applied to the bidder's price for evaluation purposes

Any bidder seeking this preference must be a party to an apprenticeship agreement registered with the Department of Labor and Industrial Relations at the time the offer is made for each apprenticeable trade the bidder will employ to construct the public works projects for which the offer is being made.

The bidder is responsible for complying with all submission requirements for registration of its apprenticeship program before requesting the preference.

( ) Yes, I wish to be considered for the Apprenticeship Programs Preference. I have included Certification Form(s) 1 with my bid.

C. RECYCLEDPRODUCTPREFERENCE

Recycled product preference shall not apply to this proposal.

Project No. CH1721-33 P-6 . r3/6/2017

Product Category

Aggregates - Basaltic Termite Barrier

Aggregates and Sand - Basalt, Rock, Cinder, Limestone and

,. Coral

Aggregates - Recycled Asphalt and Concrete

DESIGNATION OF APPROVED HA WAii PRODUCTS* TO BE USED *CONSTRUCTION PRODUCTS AND SOIL AMENDMENTS/PRODUCTS

Product Subcategory as

applicable Manufacturer

Ameron International Corporation

Cost FOB Jobsite, Unloaded Including Applicable General Excise & Use Taxes

(a)

(Oahu)(Maui) $

10% (b)

$

Credit (a) x (b)

........................................................................................................... -.. -................................. ---............................... ___ .. ___ ,_,,,............................................................ ··--............... ,,, _____ ,,, ....... - ................... .. Pohaku Pa' a dba HC&D LLC (Oahu) $ $

Ameron International Corporation

__ J_Q!1.:~!:1.)QY.!!1.:!:1.D_ ... _ ....... _ .................................. _____ .................................. _. _.!.·················································································-·---

..__f.!.~---~~~povins., ... !~~.: .... (!Ja"".~i_iL.................................. __!·································------······-·························· _ ... 1.?.~!~ ... ~9.P.:~t.!!:1.~.!:!9..~ ... g.'?.!.P.'?.!!1.:!!.9..~ .. (9ahuL. ______________________ ...... t-·-·-·-····-··············-·······-···-··-----························· Edwin Deluz Trucking & Gravel LLC

..... (Hawaii) .......................... :....... ···················································-···-·--·························· ..... $.·-·--·--··-··································--·····-·····-

.... .9.'?..24.f."'.!!9.~ ... :!:J.E2.~:. ... !~~-: .... (9..~~---································---·---·· __ $.······································································----Grace Pacific (Oahu) (Hawaii) (Kauai) $

1--·································--·--···································-···-·····························--·········································-····· ·······-····································---·························

__ Q~ ___ gg~~E£E.'?.!! .. (!!!1.:~!1.:~~2 .............................. -···--········-· ... ························-··- _J·································----························· ..... !!.l:l:~.~-i.~--~~!P.:~.~! .. (Q~t.!2.(1.Y.!!1.:!:1.D... . ......................... $. __ ··--·--·----··-··························-·-·-·························

..... !.as. \Y_:_fi._1..'?..Y.."'.!.:. ... !:~~!:_(Haw,~@ ... (~~_1:!~.)_-····················· ..... $. ____ ···························································· _!1;1;!:1.~ .. !.:\g~_~g_1;1;!~.~ .... (~.'.1:!:1.~). ________ ..................................... _ .................... .$... .............. _ .................................................. __ Pohaku Pa' a LLC dba HC&D LLC (Oahu)

.JM.'.1:!:1.:i.2.... ............................................................................................................. __________ ............................ $.················-····················-··-·--··························

..... J.:=>una -~~! ... ~2..:.?. ... !.-_'f.Q.:.1~~-~!.2.. ......... ______ .......................... $._-----·-··················-········-······························

..... ~.~!!ford'_s. ... ~.~!.Y~~-~-fentt;:EL.!P.:~.: ... (!!.'.l:~.~Q ....... ___ ........................ .$._ ____ ··································-·······················,

..... ~l?E_~!.~:. ... J.:!:g ___ (Q.~~2. ....... -···-·-··-·································----·--·-····················· ...... t .. ·-·······-···············--··-·----··························

..... Iileco, I~.l:'..: ... (Q.~u) (Hawa.~Q ... (~.'.l:~i.) .. (!~1:!.l:l:~L .............. t ___ ........................................................... .

._..!!.~:!:._~9.~.~~~.!:!.2~1 ... !~~-: .... (M9l~-~~---···························-····················· ...... t ....................... ·-·-· .. -· .. ···························---·--··· -~"'..~.!. .. !!.1;1;~aii Co_!!l:'.!.~!."'. ... (~awaii) -··································--·-- _.$... ................................................................... __ Yamada and Sons, Inc. (Hawaii) $

..... 9:1-?..Y..~!. .. !!9.!1..~.l:l:4..'?.!.._(!1;1;!:1:!1.:D .................................. _______________________________ ...... t .............................. ·----··························

.... .9!.l;l;l:'.~ ... !>.1;1;<::..i..gi::. ... (Q~g!l,.2.. ........... ·-···································--·--·--······················· ······~···································--·-·-··--·----··························

. .Jas. W. Q!.'?..Y.."'.!.:. ... !.-td.J!la"".~D ... (Q~~) ___ ...................... ·····~---·--············-·················································· West Oahu Aggregate Co. Inc. (Oahu) $

Project No. CHl 721-33 P-7

... .$..·······················-························································---·· $ ................................................................................................ _.

'····-~-.. ························--·········-············--····-··················

[t~=:::::::::::::::::::=::::::::~:=:::::::: $

,, ............................................................................................... --$ .................................... ,_ ............................................................. -

.. J-.. ····················---···············---.. ····················· $ . I·"-...................... ----............. --...................... .

'-···~··-···--·--·····················-·········-·--.......... .

$

!::]~:::::::::::::::::::::=::::::::::::::=::::::::::::::::::::::::: , ...... L·--···············-·-··-·-·-······-·-·-·--·-············

$ ..................................... - ........................................................... ..

, __ .!__·-················-·-·---·······-··--·-····················

'·-···~···----·····················-·-·--··········-············· $ ............... ,,, ___ .......................... __ , .................. __ ..... .. $ $ ........................................................................................................

$ i"""""'"'""""'"''''''"""'-'""'"""''"'''"""""""-"""""'""""''""'"'"'"'

_J_··-·-.. ··············--················-·-························ $

r3/6/2017

I

Asphalt and Paving Materials

Cement and Concrete Products

~ Black Plumeria LLC (Oahu) $ II-········ ......................... ---................................. __ , .................................................................................................................................. ______ ........................ ..

GP Roadway Solutions, Inc. (Oahu) (Hawaii) _(M..?.:!E.2 .... (~auai)_ ................................. -----................................................... __ .. ,_11 ............................. ~----...................... .. Grace Pacific Corporation

_ ,_(g~~~.i.2 .... (Q.~~~)-.. (~!:1.!:1..~) ............... ___ .................................. ----· -~ ......................................................................................... .. .... !!.?.:!~~~ .. ~:>.£hal!_~.J.::g ... (Q.~u) ·--·--..................................... -- .J. ................................. ____ ,,_,, __ .......................... . Jas. W. Glover, Ltd. (Hawaii) (Kauai) $ 11-................................. .. ........................... ,, .. ___ ,,.,, ...................................................... --·-"'" ........................................ ,,_, ___ ...................... ..

..... 1.\'.l.~~L~8-P~.?.:!!. .. ~:!Y.? ... !:~.g_.~aui) <M?..!?.~2. ... --- .. 1 ..................................................................... --.... ---

.... M~~~ .. !'..~Y~1:1.g ... ~!:g .... (M~~Q. (Mol~~i.2 ......................... _ $ ................................. -.... -....................................... .. . 13:?.~4. ... ~~ HighWll;Y. ... ~.!E.!4.~rs_.(Q_~~) .................................. _ .. _. .. .. 1 ................................. ___ ........................ . Walker-Moody Pavement Products &

..... ~q~!.P.P.~.1:1.! .. (Q~~2 .... (!:!.~~.~i)(MauQ .... (~~~)___j_! ................................... -.......................................... -y amada and Sons, Inc. dba YS Rock and Con-Agg of Hawaii (Hawaii) I $

Ameron International Corporation

..... (Q~~2.i~.?.:~.D ............. _,_,, ___ ,_,, ............................................ __ ,,,,,, ............... I ..... ~---"""""""""""""""""""""""""""""" :::::~~~~~~i~~4.~i:~~~j:~~:::::::~=:?.:~.i.2.(~=:::=:::::::::: ::::l:::::::::::::::::::::::::::::::::::~:::~::~:~~=::: .. Hawaii Precast, Inc.

..... (Q~~E.K~?.:E.!2(!:!.?.:~~).(~'.IE.~i)(Mo,!g!?.:.i.2 ............................. t .................................................................. --

..... ~~~~ ... g~!P.:~.1:1.!..(Qahu)(M.?.:~!2.... .. _._._, __ .......................... $. ____ ............................................................ .

..... !:>.!.~E..Re..?.:4.Y. ... M~S_onc.!.~!~.?. ... !1:1.g~_.(Q.~~2 .................................. $. ....................... - ......... : ........................... ----·-·-.. . .. !~8-.: ... W..: ... 9!.9..Y.~!?. .. !::.!.4.: ... (!!~~aii)(Kau..?.:i2... .................. --·-·-....... J .................................................................... __ _ Jensen Enterprises (Oahu)(Hawaii)(Maui)

..... (!,<.auai)(¥,.<?..!.9..~i.)_ ____ .................................................................................... J ...... $. ... --........ --.................................. ----.. -..... . Kohala Coast Concrete & Precast LLC

..... (!fawaii) ................................. ___ .................................................. ___ .................... 1 .. $. ............................................................. .. Pohaku Pa' a LLC dba HC&D LLC

... JOahu) (l\'!.?.:~.i.J............ .. ............................................ __ .......................... .$.__. __ .............................................................. ..

..... T.!i:L Co1:1..8-.~~~.!:i..'?n, Inc. <M?.!.<?..~2 .................... - ............................... $.__ __ .......................................................... ..

..... 9:.!!!!.?.1:1.~~?. ... !.1:1.~.: .... (~?.:~~L .................................. __ .............................. J ............................. : ........ ___ ........................ ..

..... Tileco, .!!1:~.: .... (Q~u)(Hawa.i..i.J.(M.?.:~y(K~ait, ...................... ~-....... -............................................................ ..

.... W.~.8-.! .. !:!.?.:~.?.:ii ... g.9..1:1.~~~!~ .. CI!?.:.~~!2 ................................................................. L ............ __ .......................................................... .. Yamada and Sons, Inc. (Hawaii) $

Project No. CHl721-33 P-8

$ l""""-""''""'"'HHOHM•HH-HHHHOH•-•-•••O•HHHHHOHO

..... $. .......................................................................................... _ ..... ~ ............................ --.................... ,_ ........................... ..

... 1 ....................................................................................... ..

..... $. ...................................................................................... _

.. ... $. ........................................................................................... -

..... $. ........................................................................................... . $ .............................. _ .. ,,,, ........................ _,,,,,, ............ - .. ..

.... $. ..................................................................................... - .

.. ... $. ........................................................................................... .

$ 1-......................................................................................... _ .. ,

$

.. _L .......................... _ .......... ___ ................ .

l=l::::~:===~::::::::::~:=:~::::::::::.~=:::::::: ...$. .......... _,_,,,,,, ................... ,_,,,,,, ......... - ...... . . .1. ....................... - ............... _ .................... . $

ll·::r~=~:::=~::= .. :::::~::~~:~~.::::: ... ::.:.::::· ... , .... ~-..................... ___ ,,,.,,, __ ,,,,,, ........... .. .J ......................... - ............... _ ........................ .

.. .! ......................... - ................... _ .......................... .

. ... .!... ....................... , __ ............ _,_,,,,,,,.,.,. .... ..

. .... t ........................................................................................ . $ 1·---····· ................. ---·-··"'''"'''""""' __ ........... , ........... ..

, ... L ........... ,.-... ___ ........ : ....... --............... , $

r3/6/2017 .

Precast Concrete Products

Aloha Precast, Inc .

. (Q~!:1.)(_E.i~~l:l~Q(M~!:1.Q(~l:l!:1.<tD ......................................................... ]! ...... ~.... . .................................................. u

A:?.:1:~!.g!.1.!!.1.!~!.!.1.l:l!i.?.!.1.l:l!~<?.!.P<?.!.~!i.<?.!.1. (Q'.l.~!:1.) GPRM Prestress LLC

J9<t.~.!:1.2(.E.il:l~.~Q(M~!:1.i.2(~'.l.!:1.~i.2 ... .. .E.i<t~<ti.~ ~(?.!.1.~!.~!~!?.!.?.~~~t..~? !!.1.~'. (Q~~2 .. Kohala Coast Concrete & Precast LLC

$

$

(Hawaii) $ ·········································· .. ..... ........ ....................................... ·ll Ramtek Fabrication Co., Inc. (Oahu)(Hawaii)(Maui)(Kauai) $

·········································································································································· .. . ...... ···················································ll

$

$ $

$ $

$

$

$

Environmental Sewage -Treatment Innovative System (ESIS)

Walker Industries, Ltd. (Oahu)(Hawaii)(Maui)(Kauai) Environmental Waste Management Systems,

II · ........... . ..... ···U·~~~i~;j~~7.~~~i~~u~;.~~1r:-i(Q~~) ··. ·JJ. ·····~-~P.1.~~ .... !<t.!.1..~~-···· Walker Industries, Ltd. (Oahu)(Hawaii)(Maui)(Kauai) $

[] LH_o_f l)JPQalv(lnizing I \ Universal Associates, Inc. (Oahu)

Metal Roofing and Flashing- II II HPM Building Supply Preformed (Oahu)(Hawaii)(Maui)(Kauai) Pipes -Aluminum and Galvanized Pipes - Misc.

Aluminum Floating Dock - Misc.

Ameron International Corporation (Oahu) Bluewater Marine and Dock Specialties (Oahu)(Hawaii)(Maui)(Kauai) High Seas Welding LLC dba JS Marine (Oahu)(Hawaii)(Maui)(Kauai)

$ $

$ $ $ $

$ $

$ $

Signs - Traffic, Regulatory & Construction

GP Roadway Solutions, Inc .

... (9<t~!:1.2(.E.i.l:l~l:l}Q(Ml:l!:1.~2(~.l:l!:i.~Q. . .... Safety Systems and Signs Hawaii, Inc. (Oahu)(Hawaii)(Maui)(Kauai) -

~- ----~ ~-==~~--Veneer Big Rock Manufacturing

(Oahu)(Hawaii)(Maui)(Kauai)

Project No. CHl 721-33 P-9

$ 101$ II

r3/6/2017

Soil Amendments, Mulch, Compost

Compost Filter

Eko Systems Inc. (Oahu) (Maui)

_(~~~~-~),(~_!!_ai) --·································-·---···-··-··-·································-J ___ t ................................ -·---······················· Island Topsoil LLC (Oahu) (Hawaii) (Maui)

.... J.~~1:!.1.1:~2.(M.4?..!.4?..!~2. .................................. -.. ·······························---····················"············-·--·----··-·······················-··-·-······························ Kauai Nursery & Landscaping, Inc.

...... (Oahu)(H1:l,~.~Q(Maui){l,(1l,!:l,~). ... -····-·····-··················································~·· ..... t ............. ·-·-·······-······································---. Molokai Seed Co.

__ (Q~!:1.)(fy1~~i)(!:Ia~.~Q(~!:luai)(M9.!9.!.1:1.~L ..... _____ _t_································-··----························ Sanford's Service Center, Inc. (Hawaii) $ EnviroTech BioSolutions Hawaii, Inc .

..... (Q~1:!2~.!i_l:l.~.~Q(M~!:1.~)_(~!:1.~Q ................ ______ ................... 1·····t ___ ......................................................... . Certified Erosion Control Hawaii LLC (Oahu)(Hawaii)(Maui)(Kauai) $

Project No. CHl 721-33 P-10

TOTAL I$

$ ,, ................................................................................................... _

'-·~··········--····················-·--···········-·-·-········

$ ........................................ -.......................................................... -$

. .. _$ __ ····-············-··--········-·--··················

$

$

r3/6/2017

RESURFACE MAIN PARKING LOT, PHASE I HILO INTERNATIONAL AIRPORT

ISLAND OF HAW All STATE PROJECT NO. CH1721-33

PROPOSAL SCHEDULE

Item Approx. No. Description Qty Unit Unit Price Total

1. DIVISION 1 - GENERAL REQUIREMENTS

01000.1 Environmental Measures Allowance $ 25,000.00

01000.2 Safety and Security Measures Allowance $ 25,000.00

01000.3 Unforeseen Conditions Allowance $ 45,000.00

01000.4 Temporary Traffic Signs and Controls Allowance $ 25,000.00

01000.5 Material Short Supply Allowance $ 85,000.00

01700 Mobilization (max 6%) LS LS LS $

01900 Pavement Surface & Markings Control Survey LS LS LS $

2. DIVISION 2 - SITE CONSTRUCTION

02231.1 Tree Removal 6 EA $ $

02231.2 Stump Removal 6 EA $ $

02562 Cold Mill AC Pavement 1387 CY $ $

02740 Concrete.Wheet Stop 410 EA $ $

02741.1 HMA Pavement 2943 TON $ $

02741.2 Recycled Asphalt Pavement 69 CY $ $

02741.3 Parking Stall Line 549 EA $ $

02741.4 Crosswalk Markings LS LS $ $

02741.5 Pavement Arrow (Straight or Turn) 20 EA $ $

02741.6 Pavement Arrow (Straight & Turn) 10 EA $ $

02741.7 ADA Pavement Markings & Signage LS LS $ $

02741.8 Single Lane Speed Hump 1 EA $ $

Repave Main Parking Lot, Phase I Proposal Schedule Hilo International Airport P-11 Project No. CH1721-33 R4/3/2017

Approx. Item No. Description Qty Unit Unit Price Total

02741.9 Two Lane Speed Hump

02741.10 Four Lane Speed Hump

02742. l Full Depth Pavement Reconstruction

02742.2 Aggregate Subbase Course

3. DIVISION 3 - CONCRETE

03300 Concrete Walkway Reconstruction

TOTAL AMOUNT FOR COMPARISON BIDS

1

4

1900

950

LS

EA $ $

EA $ $

SF $ $

SF $ $

LS $ $

$

Bids shall include all applicable taxes and fees. The prices bid herein shall include all labor, materials, equipment, and incidentals necessary to construct all items in place, including installation and testing of equipment, complete and ready for operation, all in accordance with plans and specifications.

Notes:

1. The State reserves the right to reject any or all Proposals and to waive any defects in the best interest

of the State.

2. Submission of a Proposal is a warranty that the bidder has made an examination of the project site

and is fully aware of all conditions to be encountered in performing the work and the requirements of

the plans and specifications.

3. The bidder's attention is directed to Section 2.9 - PROPOSAL GUARANTY and Section 3.5 -

REQUIREMENT OF CONTRACT BOND of the General Provisions as amended by the Special

Provisions.

4. Bidder shall be paid for actual work performed as directed by the Engineer for allowance items.

Bidder will not be paid overhead and profit for unused allowance funds.

5. Bid to include all Federal, State and Local taxes.

6. To be considered, bidders must bid on all the bid items. Failure to do so may be grounds for rejection

of bid.

7. The TOTAL AMOUNT FOR COMPARSION OF BIDS will be used to determine the lowest

responsible bidder.

8. If the project exceeds the funds available, the State reserves the right to negotiate with the lowest

responsible bidder as permitted under Section 103D-302, Hawaii Revised Statutes, to further reduce

the scope of work and award a contract thereafter.

Repave Main Parking Lot, Phase I Hilo International Airport Project No. CHI 721-33

Proposal Schedule P-12

R4/3/2017

SUPPLEMENT TO PROPOSAL SCHEDULE

The Department recognizes that certain items of material to be incorporated into the project and/or consumed in the prosecution of the project are temporarily in short supply and beyond the control and without the fault of the Contractor. The effect of such shortages has, among other things, resulted in periodic fluctuations in the post~d prices of such short supply materials, thereby making the proposal difficult for the Contractor to bid with confidence.

The only materials considered to be in short supply are asphalt cement, portland cement, reinforcing steel, structural steel and galvanized steel.

Each bidder shall submit with the proposal a written statement from the supplier of each short supply material indicating the supplier's current posted price, effective date of that price and the location of the material at that posted price (by island).

If the price of such short supply material is increased or decreased by more than 5% by the supplier prior to the completion of that contract item requiring the short supply material, the Contractor shall submit to the Department a written statement from the supplier indicating th~ effective date and changed price the Contractor will thereafter be charged for such short supply material. The Contractor shall also obtain whenever possible, quotations for furnishing the material from other available local suppliers. The quotations shall be obtained sufficiently in advance of the need for the material to allow review by the Department so as not to delay the work. The Contractor's request to the Department for adjusted compensation due to such changed prices will be computed only with prices in effect at the time of delivery. Only the lowest quotation obtained will be accepted by the Department. Transportation, handling, loading, processing and other similar costs will not be subject to adjusted compensation.

No adjustment to the unit bid prices will be made when the increase or decrease in the price of the short material is less than 5% of the original posted price.

If the adjustment to the unit bid price is decreased in the price of the short supply material by more than 5% of the original posted price, the State will be credited. The Contractor shall notify the State within five (5) working days in the event of such an occurrence.

When an adjustment in price is made in accordance with this section, the adjustment will be allowed only so long as the purchase price remains more or less than 5% of the original posted price.

If an increase in the price of any short supply material exceeds or is scheduled to exceed 5% of the original posted price, the Contractor must notify the State within five (5) working days before using the short supply material. Upon receipt of such notification

Resurface Main Parking Lot, Phase I Hilo International Airport StateProjectNo.: CH1721-33

Supplement to Proposal Schedule P - 13 of 16

R03/14/17

from the Contractor, the State will direct the Contractor to either ( 1) authorize work to proceed as usual with the assurance that the indicated incremental price increase above the 5% will be compensable, (2) issue such change orders as the State may deem necessary to reduce further requirements of the short supply material which is to be paid at the increase price, or (3) if the material is considered to have priced itself beyond reason or beyond what the State can pay, the State may order cessation of further use of such short supply material on the project. Such notification by the Contractor will be required at each instance of incremental price increase above the 5% limit. If the Contractor fails to notify the State of any such incremental price increase within five (5) working days before using the short supply material and continues to utilize the short supply material on the project, the State will not be responsible for payment for the incremental cost increase of which the State was not forewarned.

Computation for the adjusted compensation will be as follows:

(A) Portland Cement

If, x

p

Q

Adjustment per cubic yard of concrete,

Portland cement content of the approved mix design expressed in hundredweight per cubic yard of concrete,

Increase or decrease in the price of portland cement in dollars per hundredweight,

Then,X=QP

Example: Posted price of Portland cement increases from $1.40 to $1.70 per cwt. and the hundredweight (cwt) of concrete is 5.6 cwt per c.y., then the adjustment will be:

$1. 70 - $1.40 ($1.40) x (5%) $0.30 - $0.07

x

(B) Asphalt Cement

$0.30 $0.07 $0.23 ($0.23) x (5.6) $1.29 per c.y. of concrete

If, x Adjustment per ton of mix,

p Asphalt cement content, expressed in percentage of dry weight of the aggregates, as determined and accepted by the Department for each of

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Supplement to Proposal Schedule P - 14of16

R03/14/17

the design plant mixes,

Q = Increase or decrease in the price of asphalt cement, in dollars per ton,

Then, X = Q x (P) + (100 + P)

Example: Posted price of asphalt concrete increases from $70 to $80 per ton and the asphalt content of the A. C. mix was accepted at 6. 0%, then the adjustment shall be:

$80.00 - $70.00 ($70.00) x (5%) $10.00 - $3.50

x

(C) Reinforcing Steel

$10.00 $3.50 $6.50 $6.50 x 6 I (lOb + 6) $0.37 per ton AC. mix

If, X Adjustment for reinforcing steel,

P Weight of reinforcing steel, expressed in hundredweight,

Q Increase or decrease in the price of reinforcing steel in dollars per hundredweight,

Then,X=QP

Example: Posted price of grade 40 reinforcing steel increases from $14.00 to $15.00 per cwt and the weight of the grade 40 reinforcing steel is 80,000 pounds, then the adjustment shall be:

$15.00 - $14.00 ($14.00) x (5%) $1.00 - $0.70

x

$1.00 $0.70 $0.30 ($0.30) x (800) $240 for grade 40 reinforcing steel

The contractor shall submit to the Department original receipted bills covering the short supply material used on the project as soon as practicable after shipments are completed. The bills shall be accompanied by a tabulation on which the bills are listed in chronological order showing for each bill the quantity, the date shipped from the supplier's terminal and the price per unit at the place indicated in the posted price (reflecting anx deductions for quahtity shipments). These bills shall be subject to audit

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CHl 721-33

Supplement to Proposal Schedule P - 15of16

R03/14/17

verification.

The Department reserves the right to alter the quantities of material to be furnished in accordance with the provisions of SP Article IV, Paragraph. 4.2.

The Department also reserves the right, during construction, to decrease or increase the scope of work, because of limitations of funds, with no adjustment in unit prices other than that specified hereinabove.

Price increases as specified hereinabove shall not exceed the remaining unpaid balance in the contract at any point in time without prior review and approval from the State Project Manager or designated representative.

Resurface Main Parking Lot, Phase I Hilo International Airport State Project No.: CH1721-33

Supplement to Proposal Schedule P - 16of16

R03/14/17

SURETY BID BOND

KNOW TO ALL BY THESE PRESENTS:

I That we, _________________________ _

(full name or legal title of offeror)

as Offeror, hereinafter called the Principal, and

(name of bonding company)

as Surety, hereinafter called Surety, a corporation authorized to transact business as a Surety in the State of Hawaii, are held and firmly bound unto

(State/county entity)

as Owner, hereinafter called Owner, in the penal sum of

(required amount of bid security)

Dollars ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS: The Principal has submitted an offer for

(project by number and brief description)

NOW, THEREFORE: The condition of this obligation is such that if the Owner shall reject said offer, or in

the alternate, accept the offer of the Principal and the Principal shall enter into a contract with the Owner in accordance with the terms of such offer, and give such bond or bonds as may be specified in the solicitation or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof as specified in the solicitation then this obligation shall be null and void, otherwise to remain in full force and effect.

Signed this day of------------- __ _

Name of Principal (Offeror) (Seal)

Signature

Title

Name of Surety (Seal)

Signature

Title

BB-1 rll/17/98

STATE OF HAWAII

DEPARTMENT OF TRANSPOTATION

AIRPORTS DIVISION

FORMS

PERFORMANCE BOND (SURETY) (6/21/07)

KNOW TO ALL BY THESE PRESENTS:

(Full Legal Name and Street Address of Contractor)

as Contractor, hereinafter called Principal, and-----------------

(Name and Street Address of Bonding Company)

as Surety, hereinafter called Surety, a corporation(s) authorized to transact business as a

surety in the State of Hawaii, are held and firmly bound unto the---------'--(State/County Entity)

its successors and assigns, hereinafter called Obligee, in the amount of _______ _

DOLLARS ($ , to which payment Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these pres:ents. · .c

WHEREAS, the above-bound Principal has signed a Contract with Obligee on --------'for the following project: _______________ _

hereinafter called Contract, which Contract is incorporated herein by reference and made a part hereof.

NOW THEREFORE, the condition of this obligation is such that:

r

If the Principal shall promptly and faithfully perform, and fully complete the Contract in strict accordance with the terms of the Contract as said Contract may be modified or amended from time to time; then this obligation shall be void; otherwise to remain in full force and effect.

-1-

Surety to this Bond hereby stipulates and agrees that no changes, extensions of time, alterations, or additions to the terms of the Contract, including the work to be performed thereunder, and the specifications or drawings accompanying same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, extensions of time, alterations, or additions, and agrees that they shall become part of the Contract.

In the event of Default by the Principal, of the obligations under the Contract, then after written Notice of Default from the Obligee to the Surety and the Principal and subject to the limitation of the penal sum of this bond, Surety shall remedy the Default, or take over the work to be performed under the Contract and complete such work, or pay moneys to the Obligee in satisfaction of the surety's performance obligation on this bond.

Signed this ____ day of __________ _

(Seal)

*

(Seal)

*

*ALL SIGNATURES MUST BE ACKNOWLEDGED BY A NOTARY PUBLIC

-2-

Name of Principal (Contractor)

Signature

Title

Name of Surety

Signature

Title

PERFORMANCE BOND

KNOW TO ALL BY THESE PRESENTS:

Thatwe, ________ :-=--c:-:--:--0-------0-----.,---:---~---------(fu// legal name and street address of Contractor)

as Contractor, hereinafter called Contractor, is held and firmly bound unto the

(State/County entity)

its successors and assigns, as Obligee, hereinafter called Obligee, in the amount

_____________________ DOLLARS$ _________ .}, (Dollar amount of Contract)

lawful money of the United States of America, for the payment of which to the said Obligee. well and truly to be made, Contractor binds itself, its heir, executors, administrators, successors and assigns, firmly by these presents. Said amount is evidenced by:

0 Legal Tender;

0 Share Certificate unconditionally assigned to or made payable at sight to

Description: ___________________________ _

0 Certificate of Deposit, No. , dated issued by drawn on ___________________________ a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to

0 Cashier's Check No. , dated -----------------drawn on a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration. payable at sight or unconditionally assigned to----------------------

0 Teller's Check No. , dated _______________ _ drawn on a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to _____________________ _

D Treasurer's Check No. , dated ______________ _ drawn on a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to _____________________ _

D Official Check No. . dated ----------------drawn on a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to _____________________ _

0 Certified Check No. , dated ---------------accepted by a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to ;

PB-1 rll/17/98

WHEREAS:

The Contractor has by written agreement dated _________ entered into a contract with Obligee for the following Project: __________________ _

hereinafter called Contract, which Contract is incorporated herein by reference and made a part hereof.

NOW THEREFORE,

The Condition of this obligation is such that, if Contractor shall promptly and faithfully perform the Contract in accordance with, in all respects, the stipulations, agreements, covenants and conditions of the Contract as it now exists or may be modified according to its terms, and shall deliver the Project to the Obligee, or to its successors or assigns, fully completed as in the Contract specified and free from all liens and claims and without further cost, expense or charge to the Obligee, its officers, agents, successors or assigns, free and harmless from all suits or actions of every nature and kind which may be brought for or on account of any injury or damage, direct or indirect, arising or growing out of the doing of said work or the repair or maintenance thereof or the monner of doing the same or the neglect of the Contractor or its agents or servants or the improper performance of the Contract by the Contractor or its agents or servants or from any other cause, then this obligation shall be void; otherwise it shall be and remain in full force and effect.

AND IT IS HEREBY STIPULATED AND AGREED that suit on this bond may be brought before a court of competent jurisdiction without a jury, and that the sum or sums specified in the said Contract as liquidated damages, if any, shall be forfeited to the Obligee, its successors or assigns, in the event of a breach of any, or all, or any part of, covenants, agreements, conditions, or stipulations contained in the Contract or in this bond in accordance with the terms thereof.

The amount of this bond may be reduced by and to the extent of any payment or payments made in good faith hereunder.

Signed and seal.ed this _____ day of ___________ , __ .

*ALL SIGNATURES MUST BE ACKNOWLEDGED BY A NOTARY PUBLIC

PB-2

(Seal) _____________ _ Name of Contractor

Signature*

Title

rll/17/98

LABOR AND MATERIAL PAYMENT BOND (SURETY) (6/21/07)

KNOW TO ALL BY THESE PRESENTS:

(Full Legal Name and Street Address of Contractor)

as Contractor, hereinafter called Principal, and---------------~-

(Name and Street Address of Bonding Company) as Surety, hereinafter called Surety, a corporation(s) authorized to transact business as a surety in the State of Hawaii, are held and firmly bound unto the ,

(State/County Entity)

its successors and assigns, hereinafter called Obligee, in the amount of --------

____ Dollars($ ), to which payment Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the above-bound Principal has signed Contract with the Obligee on ---------for the following project: ________________ _

hereinafter called Contract, which Contract is incorporated herein by reference and made a part hereof.

NOW THEREFORE, the condition of this obligation is such that if the Principal shall promptly make payment to any Claimant, as hereinafter defined, for all labor and materials supplied to the Principal for use in the performance of the Contract, then this obligation shall be void; otherwise to remain in full force and effect.

1. Surety to this Bond hereby stipulates and agrees that no changes, extensions of time, alterations, or additions to the terms of the Contract, including Jhe work to be performed thereunder, and the specifications or drawings accompanying same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, extensions of time, alterations, or additions, and agrees that they shall become part of the Contract.

2. A "Claimant" shall be defined herein as any person who has furnished labor or materials to the Principal for the work provided in the Contract.

-1-

Every Claimant who has not been paid amounts due for labor and materials furnished for work provided in the Contract may institute an action against the Principal and its Surety on this bond at the time and in the manner prescribed in Section 1030-324, Hawaii Revised Statutes, and have the rights and claims adjudicated in the action, and judgment rendered thereon; subject to the Obligee's priority on this bond. If the full amount of the liability of the Surety on this bond is insufficient to pay the full amount of the claims, then after paying the full amount due the Obligee, the remainder shall be distributed pro rata among the claimants.

Signed this ___ day of ________ _

(Seal)

*

(Seal)

*

*ALL SIGNATURES MUST BE ACKNOWLEDGED BY A NOTARY PUBLIC

-2-

Name of Principal (Contractor)

Signature

Title

Name of Surety

Signature

Title

LABOR AND MATERIAL PAYMENT BOND

KNOW TO ALL BY THESE PRESENTS:

Thatwe, ____ ___,=-=,,.-,.---~------,,-----,...._-~~-----------(fu/l/egal name and street address of Contractor}

as Contractor, hereinafter called Contractor, is held and firmly bound unto---------­{State/County entity}

its successors and assigns, as Obligee, hereinafter called Obligee, in the amount

Lawful money of the United States of America, for the payment of which to the said Obligee, well and truly to be made, Contractor binds itself, its heir, executors, administrators, successors and assigns, firmly by these presents. Said amount is evidenced by:

D Legal Tender;

D Share Certificate unconditionally assigned to or made payable at sight to·---------------------------------~ Description: _____________________________ _

D Certificate of Deposit, No. _____ , dated ______________ issued ~ · ~woo

a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to

D Cashier's Check No. , dated drawn on a bank, savings

institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to

D Teller's Check No. , dated drawn on a bank, savings

institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to

D Treasurer's Check No. _____ ,dated _-------------..,...drawn on a bank, savings

institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to

D Official Check No. , dated drawn on a bank, savings

institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to

D Certified Check No. , dated accepted by a bank, savings institution or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, payable at sight or unconditionally assigned to ;

LB-1 rll/17/98

WHEREAS:.

The Contractor has by written agreement dated ________________ _ entered into a contract with Obligee for the following Project: ______________ _

hereinafter called Contract, which Contract is incorporated herein by reference and made a part hereof.

NOW THEREFORE,

The condition of this obligation is such that, if Contractor shall promptly and faithfully perform the Contract in accordance with, in all respects, the stipulations, agreements, covenants and conditions of the Contract as it now exists or may be modified according to its terms, free from all liens and claims and without further cost, expense or charge to the Obligee, its officers, agents, successors or assigns, free and harmless from all suits or actions of every nature and kind which may be brought for or on account of any injury or damage, direct or indirect, arising or growing out of the doing of said work or the repair or maintenance thereof or the manner of doing the same or the neglect of the Contractor or its agents or servants or the improper performance of the Contract by the Contractor or its agents or servants or from any other cause, then this obligation shall be void; otherwise it shall be and remain in full force and effect.

AND IT IS HEREBY STIPULATED AND AGREED that suit on this bond may be brought before a court of competent jurisdiction without a jury, and that the sum or sums specified in the said Contract as liquidated damages, if any, shall be forfeited to the Obligee, its successors or assigns, in the event of a breach of any, or all, or any part of, covenants, agreements, conditions, or stipulations contained in the Contract or in this bond in accordance with the terms thereof.

AND IT IS HEREBY STIPULATED AND AGREED that this bond shall inure to the benefit of any and all persons entitled to file claims for labor performed or materials furnished in said work so as to give any and all such persons a right of action as contemplated by Sections 103D-324(d) and 103D-324(e ), Hawaii Revised Statutes.

The amount of this bond may be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payments of mechanics' liens which may be filed of record against the Project, whether or not claim for the amount of such lien be presented under and against this bond ..

Signed this ______ day of ___________ , ___ .

(Seal) _____________ _

Name of Contractor

Signature*

ALL SIGNATURES MUST BE ACKNOWLEDGED BY A Title NOTARY PUBLIC

LB-2 rll/17/98

CHAPTER 104, HRS COMPLIANCE CERTIFICATE

The undersigned bidder does hereby certify .to the following:

1. Individuals engaged in the performance of the contract on the job site shall be

paid:

A Not less than the wages that the director oflabor and industrial relations

shall have determined to be prevailing for corresponding classes of laborers and

mechanics employed on public works projects; and

B. Overtime compensation at one and one-half times the basic hourly rate

plus fringe benefits for hours worked on Saturday, Sunday, or a legal holiday of

the State or in excess of eight hours on any other day.

2. All applicable laws of the federal and state governments relating to workers'

compensation, unemployment compensation, payment of wages, and safety shall be fully

complied with.

DATED at Honolulu, Hawaii, this __ day of ___________ _

Name of Corporation, Partnership, or Individual

Signature and Title of Signer Subscribed and sworn before me this __ day of. ________ _

Notary Public, ___ Judicial Circuit, State of Hawaii My Commission Expires: ____ _

PROVISIONS TO BE INCLUDED IN CONSTRUCTION PROCURE1\1ENT SOLICITATIONS

1. Definitions for terms used in HRS Chapter 103B as amended by Act 192. SLH 2011:

a. "Contract" means contracts for construction under 103D, HRS.

b. "Contractor" has the same meaning as in Section 1030-104, HRS, provided that ••contractor" includes a subcontractor where applicable.

c. "Construction" has the same meaning as in Section 1030-104, HRS.

d. "General Contractor" means any person having a constrilction contract with a governmental body.

e. "Procurement Officer'' has the same meaning as in Section 103,D-i04, HRS.

f. "Re.sident" means a person who is physically present in the State of Hawai'i at the time the person claims to have established the person's domicile in the State of Hawai'i and shows the person's intent is to make Hawai'i the person's ·primary residence.

g. "Shortage trade" means a construction trade in which there is a shortage of Hawai 'i residents qualified to work in the trade as determined by the Department of Labor and Industrial Relations.

2. HRS Chapter 103B as amended by Act 192, SIB 2011-Employment of State Residents Requirements:

a. A Contractor awarded a contract shall ensure that Hawai'i residents comprise not less than 80% of the workforce employed to perform the contract work on the project. The 80% requirement shall be determined by dividing the total number of hours worked on the contract by Hawai'i residents, by the total number of hours worked on the contract by all employees of the Contractor in the performance of the contract. The hours worked by any Subcontractor of the Contractor shall coupt towards the calculation for this section. The hours worked by employees within shortage trades, as detemrined by the Department of Labor and Industrial Relations (DLIR), shall not be included in the calculation for this. section.

Page 1 of3

EXHIBIT 1

..

b.

c.

d.

Prior to award of a contract, an Offeror/Bidder may withdraw an offer/bid without penalty if the Offeror/Bidder finds that it is unable to comply with HRS Chapter 103B as amended by Act 192, SLH 2011.

Prior to starting any construction work, the Contractor shall submit the subcontract dollar amount for each of its Subcontractors.

The requirements of this section shall apply to any subcontract of $50,000 or more in connection with the Contractor; that is, such Subcontractors must also ensure that Hawai'i residents comprise not less than 80% of the Subcontractor's workforce used to perform the subcontract. ·

:e. ·The Contractor and any Subcontractor whose subcontract is $50,000 or more shall comply with the requirements of HRS Chapter 103B as amended by Act 192, SLH 2011.

1) Certification of compliance shall be made in writing under oath by an officer of the General Contractor and applicable Subcontractors and submitted with the fmal payment request.

2) The certification of compliance shall be made under oath by an officer of the company by completing a "Certification of Complial(lce for · Employment of State Res1dents" fomi..and executing the Certificate before a licensed notary public.

3) In addition to the certification of compliance as indicated above, the Contractor and Subcontractors shall maintain records such as certified payrolls for laborers and mechanics who performed work at the site and time sheets for all other employees who performed work on the project.­These records shall include the names, addresses and number of hours worked on the project by all employees of the Contractor and Subcontractor who performed work on the project to validate )compliance with HRS Chapter 103B as amended by Act 192, SLH 2011. The Contractor and Subcontractors shall retain these records and provide access to the State for a minimum period of four (4) years after the final payment, except that if any litigation, claim, negotiation, investigation, audit or other action involving the records has been started before the expiration of the four-year period, the Contractor and SUbcontractors shall retain the records until completion of the action and resolution of all issues that arise from it, or until the end of the four-year period, whichever occurs later. Furthermore, it shall be the Contractor's responsibility to enforce compliance with this provision by any Subcontractor.

Page 2 of3

EXHIBIT 1

I

I

f. A General Contractor or applicable Subcontractor who fails to comply with this ·section shall be subject to any of the following sanctions:

1) With respect to the General Contractor, withholding of payment on the contract until the Contractor or its Subcontractor complies with HRS Chapter 103B as amended by Act 192, SLH 20H.

2) Proceedings for debarment or suspension of the Contractor or Subcontractor under Hawai'i Revised Statues §103D-702.

3. Conflict with Federal Law: This section shall not apply if the application of this section is in conflict with any federal law, or if the application of this section will disqualify the State from receiving Federal funds or aid. ·

Page 3of3

EXHIBIT 1

I I I '

I

CERTIFICATION OF COMPLIANCE FOR

El\rIPLOYMENT OF STATE RESIDENTS HRS CHAPTER 103B, AS AMENDED BY ACT 192, SLR 2011

Project Title:

Agency Project No: -----~~-~---~-~----,--------,-

Contract No.: -----~~---------------,-----,---,---~

As required by Hawai'i Revised Statutes Chapterl03B, as amended by Act 192, Session Laws of Hawaii 2011-Employment of State Residents on.Construction Procurement Contracts, I / hereby certify under oath, that I am. an officer of and

(Name of Contractor or Sub!:oatractor Company)

for the Project Contract indicated above, was in (Name of Contractor or Subcontractor Company)

compliance with HRS Chapter 103B, as amended by Act 192, SLH 2011, by employing a workforce of which not less than eighty percent are Hawai'i residents, as calculated according to the formula in the solicitation, to perform this Contract.

CORPORATE SEAL

Subscribed and swom to me before this day of , 2011.

Notary Public, 1" Circuit, State of Hawai'i

My commission e~pires: -----

D I am an officer of the Contractor for this contract.

D I am an officer of a Subcontractor for this contract.

(Name of Company)

(Signature)

(Print Name)

(Print Title)

Doc. Date: _____ fl of Pages ___ l" Circuit

Notary Name: Doc. Description:

Notary Signature Date NOTARY CERTIFICATION

EXHIBIT2