City of Long Beach


[PDF]City of Long Beach - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

11 downloads 326 Views 3MB Size

City of Long Beach Working Together to Serve

Long Beach Airport & Department of Public Works Perimeter Security Improvements UASI 2011 at the Long Beach Airport

Contract Documents Plans and Specifications R-6970 U.S. Department of Homeland Security FY 2011 Urban Area Security Initiative AP1130-13

Office of the City Engineer Long Beach, California MANDATORY PRE-BID CONFERENCE: October 30, 2013 at 10:00 A.M. Airport Information Center 4135 Donald Douglas Drive Long Beach, CA 90808

PERIMETER SECURITY IMPROVEMENTS UASI 2011 AT THE LONG BEACH AIRPORT CONTRACT DOCUMENTS TABLE OF CONTENTS

DIVISION A – NOTICE INVITING BIDS Notice Inviting Bids DIVISION B – INSTRUCTION TO BIDDERS Instruction to Bidders DIVISION C – BID DOCUMENTS Bid Form List of Sub-Contractors Bidders Bond Certification of Site Examination Contractor’s Minimum Qualifications Equal Opportunity Certification Non-collusion Declaration Non-lobbying Certification for Federal-Aid Contracts Certification regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Disclosure of Lobbying Activities Form Workers Compensation Certification Information to Comply with Labor Code Section 2810 Certification of Compliance With The Equal Benefits Ordinance Equal Benefits Ordinance Disclosure Form Certification of Nonsegregated Facilities Trade Restriction Clause Buy American Certificate DIVISION D – POST-BID DOCUMENTS Specimen Contract Bond for Faithful Performance Labor and Materials Bond Insurance Requirements/Sample Forms/Endorsement forms Bid Protest Procedures DIVISION E – FEDERAL, STATE AND LOCAL REQUIREMENTS Federal: Additional Requirements from Funding Source Federal: Federal Wage Decision State: Not used Local: Equal Benefits Ordinance Statement

Department of Public Works City of Long Beach

Page i

R-6970 Table of Contents

PERIMETER SECURITY IMPROVEMENTS UASI 2011 AT THE LONG BEACH AIRPORT DIVISION F – PERMITS AND ATTACHMENTS FAA Advisory Circular 150/5370-2F (9/29/11), “Operational Safety on Airports During Construction” Long Beach Airport Safety and Security Requirements During Construction DIVISION G – BMP, BEST MANAGEMENT PRACTICES DIVISION H – GENERAL REQUIREMENTS FAA ADVISORY CIRCULAR 150/5370-10F “STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS”, AMMENDED FOR THIS PROJECT PART I - GENERAL PROVISIONS Section 10. Section 20. Section 30. Section 40. Section 50. Section 60. Section 70. Section 80. Section 90. Section 100. Section 110. Section 120.

Definition of Terms 10-1 20-1 Bid Requirements and Conditions Award and Execution of Contract 30-1 Scope of Work 40-1 Control of Work 50-1 Control of Materials 60-1 70-1 Legal Regulations and Responsibility to Public Prosecution and Progress 80-1 Measurement and Payment 90-1 Contractor Quality Control Program 100-1 Method of Estimating Percentage of Material Within Specification Limits (PWL) ........................................................................... 110-1 Nuclear Gages 120-1

DIVISION I – TECHNICAL REQUIREMENTS New Item G-001 Mobilization/Demobilization ............................................... G-001-1 New Item G-100 Watering G-100-1 G-200-1 New Item G-200 Safety and Security Provisions New Item G-300 Demolition G-300-1 New Item P-101 Surface Preparation P-101-1 Item P-152 Excavation P-152-1 Item P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control P-156-1 P-603-1 Item P-603 Bituminous Tack Coat Item P-610 Structural Portland Cement Concrete P-610-1 Item P-620 Pavement Marking P-620-1 Item P-420 Asphalt Concrete Pavement (Non-Critical Areas) P-420-1 F-162-1 Item F-162 Chain Link Fences Item F-163 Bollards F-163-1 Department of Public Works City of Long Beach

Page ii

R-6970 Table of Contents

PERIMETER SECURITY IMPROVEMENTS UASI 2011 AT THE LONG BEACH AIRPORT New Item F-165 Airfield Security Gate

F-165-1

DIVISION J – CSI TECHNICAL SPECIFICATIONS Section 26 05 19 Section 26 05 26 Section 26 05 29 Section 26 05 33 Section 26 22 00 Section 26 24 16 Section 26 28 13 Section 26 28 16 Section 28 23 00

Low-Voltage Electrical power Conductors Grounding and Bonding for Electrical Systems Hangers and Supports for Electrical Systems Raceways and Boxes for Electrical Systems Low-Voltage Transformers Panelboards Fuses Enclosed Switches and Circuit Breakers Video Surveillance

26 05 19-1 26 05 26-1 26 05 29-1 26 05 33-1 26 22 00-1 26 24 16-1 26 28 13-1 26 28 16-1 28 23 00-1

END TABLE OF CONTENTS

Department of Public Works City of Long Beach

Page iii

R-6970 Table of Contents

DIVISION A NOTICE INVITING BIDS

DIVISION A NOTICE INVITING BIDS FOR Perimeter Security Improvements – UASI 2011 at the Long Beach Airport RECEIPT OF BIDS: The City Clerk will receive sealed bids at the office of the City Clerk of the City of Long Beach (City), California, on behalf of the City, Owner of the Work, located at the Lobby level of City Hall, 333 West Ocean Boulevard, Long Beach, California 90802, until 10 A.M. on November 20, 2013, for R-6970, for the Perimeter Security Improvements UASI 2011 at the Long Beach Airport. At that time, or as soon thereafter as practicable, at City Hall, the City Engineer or designee will publicly open and read all bids received. MANDATORY PRE-BID CONFERENCE AND JOB-SITE WALK-THROUGH: The City will conduct a mandatory pre-bid conference and on-site job walk-through on October 30, 2013, at 10:00 a.m. at the Airport Information Center, 4135 Donald Douglas Drive, Long Beach, California, 90806. Prospective Bidders must attend this meeting. Additional inspections of the site will not be conducted. DESCRIPTION OF WORK: The Work to be done consist of installing fourteen (14) thermal-imaging security cameras and associated components. The Contractor shall furnish six (6) of the thermal-imaging security cameras and the Airport will provide the remaining eight (8) thermal-imaging security cameras. The Work will also include the installation of an automated vehicle security gate and associated components. The security cameras and the security gate shall be completely integrated into the existing Airport security system. Locations are shown on the Plans. Bids are required for the entire Work. CONTRACTOR'S LICENSE: The Contractor shall possess a valid California Class A, General Engineering Contractor’s license at the time of the award and for the duration of the Work. The City may deem any Bidder who fails to possess the required license to be non-responsive. MINIMUM QUALIFICATIONS: Please note that for this Work, minimum qualifications apply. Complete information concerning these requirements are located on the City’s website shown below in “Plans and Specifications.” Additionally, copies of the minimum requirements may be obtained at City Hall, Engineering Records Section, 10th floor, at 333 West Ocean Boulevard, Long Beach, CA 90802. See Division H, Section 20 for details in the Specifications. DISADVANTAGED BUSINESS ENTERPRISE: There is no project goal. However, bidders are urged to obtain DBE participation to the maximum extent possible. PLANS AND SPECIFICATIONS: Plans and specifications are posted on the City’s website at http://www.longbeach.gov/purchasing/default.asp and available for free download, however, you must be registered (registration is free and may be accomplished at the same URL) and logged in to view or download the documents. Alternatively, interested parties may obtain copies of the Specifications on the Wednesday following publication of this notice at the Engineering Records Section of LGB/Department of Public Works City of Long Beach

A-1

R-6970 Division A – Notice Inviting Bids

the office of the City Engineer, telephone (562) 570-6784, 10th Floor, City Hall, 333 West Ocean Boulevard, Long Beach, California 90802, by paying $100.00 for each set at the time they obtain the set. Interested parties may request the Specifications by mail for an additional mailing cost of $50.00 for each set. The cost for mailing will be waived if the parties provide their UPS Account Number for mailing. All requests must be accompanied by a check or money order payable to the City of Long Beach in the full amount for the number of sets requested. Interested parties shall mail the request and payment to: Department of Public Works Engineering Records Section 10th Floor, City Hall 333 West Ocean Boulevard Long Beach, CA 90802 Interested parties may request hard copies of the Plans directly from the City’s Reprographics company, ARC, telephone (562) 436-9761, 1435 Daisy Avenue, Long Beach, CA, 90813, for an approximate cost of $100.00 (plus tax) for each requested set. ARC will provide delivery service or shipping at the request of the interested parties for an additional cost. With each request, the interested parties must furnish an address that they agree is sufficient for receipt of the mailed documents. The Plans and Specifications cannot be returned to the City Engineer or the City’s Reprographics company for refund. These prices include sales tax and postage if applicable. BID SECURITY: With their Bid, Bidders must submit a certified check or bank draft payable to the City Auditor of the City of Long Beach, drawn on a solvent bank in the United States of America, or a satisfactory bond in an amount not less than 10 percent of the Bid. The bid security shall serve as a guarantee that the Bidder, if awarded the Contract, will execute and deliver to the City Engineer, within 15 calendar days after the date shown on the “Notice of Award, the following items: 1. The Contract for doing the work, and 2. A corporate surety bond in favor of the City of Long Beach in an amount not less than 100 percent of the Contract price for the faithful performance of the Contract, and 3. A corporate surety bond in an amount not less than 100 percent of the Contract price for the payment of all labor and material claims, and 4. Evidence of required insurance coverage. Failure to submit the items noted above when specified may result in the City, in its sole discretion, declaring the Bid Security forfeited and depositing same into the City Treasury. The City will retain the Bid security accompanying all Bids until it awards the Contract. The City will retain the Bid security submitted with the Bid of the Bidder to whom an award of Contract is made, and the Bid security of the next higher Bid, until the Contract LGB/Department of Public Works City of Long Beach

A-2

R-6970 Division A – Notice Inviting Bids

between the Bidder to whom award of the Contract is made and the City has been executed. RETENTION: In the event the contract to be awarded hereunder, including Specifications and other documents incorporated therein by reference, provides for the withholding of monies by the City to ensure performance of such contract, the Contractor may deposit with the City as a substitute for said monies, securities listed in Section 16430 of the California Government Code or bank or savings and loan certificates of deposit, or both, equivalent to the amount withheld, provided Contractor requests permission to make such substitution within 5 working days after award of the Contract and bears all expenses in connection therewith. The Contractor may deposit said monies with the City or a State of California or Federally chartered bank as escrow agent in accordance with Public Contract Code Section 22300(a). FEDERAL DAVIS BACON REQUIREMENTS: This federal-aid Work is subject to the requirements of the Davis Bacon Act. The contractor to whom the contract is awarded must comply with the Federal Wage Decision contained in Division E of the Specifications and all record keeping requirements of the Davis Bacon Act. CALIFORNIA WAGE RATE REQUIREMENTS: Pursuant to Division 2, Part 7, Chapter 1 of the Labor Code of the State of California, the Director of Public Works of the City by and on behalf of the City Council has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages, and the general prevailing rate of holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type of workers needed to perform the Work, and they are on file in the office of the City Engineer, 9th Floor, City Hall, 333 West Ocean Boulevard, Long Beach, California 90802, phone (562) 570-6465. The Contractor to whom the Contract is awarded, and its subcontractors, shall pay to all workers in the performance of the Work not less than the prevailing rate of wages needed to execute the contract, where such rates are not less than the rates contained in the above-referenced Federal Wage Decision. Copies of schedules of prevailing wage rates may be obtained on the California Department of Industrial Relations website http://www.dir.ca.gov/dlsr. Bidders are directed to Section 7-2, “Labor,” of the Standard Specifications, and to Division H, Subsection 30-07, “Labor”, for requirements concerning payment of prevailing wages, payroll records, and hours of labor. In accordance with the Americans with Disabilities Act of 1990 (ADA), the information contained in this Notice and in the Plans and Specifications is available in an alternative format by written request to the City Engineer at the above address or by telephoning (562) 570-6643. (SEAL)

/s/ LARRY G. HERRERA CITY CLERK, CITY OF LONG BEACH, CALIFORNIA

October 21, 2013 DATE

/s/

PATRICK H. WEST CITY MANAGER

End of Division A – Notice Inviting Bids LGB/Department of Public Works City of Long Beach

A-3

R-6970 Division A – Notice Inviting Bids

DIVISION B INSTRUCTIONS TO BIDDERS

DIVISION B INSTRUCTIONS TO BIDDERS Please read these instructions carefully. If you do not submit a complete Bid, the City may determine that your Bid is non-responsive, in which case the City will reject your Bid. EXAMINATION OF SITE AND WORK: Each Bidder must fully inform itself of the conditions relating to the Work and the employment of labor for the Work. A Contractor’s failure to do so will not relieve it of the obligation to furnish all material and labor necessary to complete the Work. TIME FOR COMPLETION: Division H, Section 80-15.

The Work must be completed per the requirement of

CONTRACTOR’S EXPERIENCE: For this Work, the City has established minimum qualifications and experience for the Contractor or its subcontractor(s). See Division H, Section 20 for requirements. CONTACT: Before the Bid opening, prospective Bidders shall direct any communications regarding this Work to: Long Beach Airport 2nd Floor Administration Office 4100 E. Donald Douglas Drive Long Beach, CA 90808 Attention: Stephan Lum E-mail: [email protected] Communications may be written or oral, but the City is not bound by any oral interpretation of the Contract Documents made by any City employee, nor does the City guarantee the accurate transcription of oral questions. PROPRIETARY INFORMATION: Responses to the Notice Inviting Bids become the exclusive property of the City of Long Beach. All Bids submitted in response to the Notice Inviting Bids are a matter of public record and shall be regarded as public records. Exceptions will be those elements in each Bid that are defined by the Bidder as business or trade secrets and are marked as “Trade Secrets,” “Confidential,” or “Proprietary.” The City shall not be liable or responsible in any way for disclosure of any records not marked as “Trade Secrets,” “Confidential,” or “Proprietary.” The City shall not be liable or responsible in any way for disclosure of any records so marked if disclosure is deemed to be required by law or by a court order. BIDS SHALL REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for 90 working days after the Bid opening. INTERPRETATION AND MISUNDERSTANDINGS OF PLANS AND DOCUMENTS: Bidders may submit to the Engineer written requests for interpretation or correction of LGB/Department of Public Works City of Long Beach

B-1

R-6970 Division B – Instruction to Bidders

the Plans, Specifications or other Contract Documents. Bidders shall not make such requests later than 10 working days prior to the date of Bid opening. Bidders submitting such requests are responsible for their timely delivery. The Engineer will interpret or correct the Contract Documents only by a written Addendum, and such Addenda will be posted on the website shown in Division A. The City is not bound by any oral interpretation of the Contract Documents made by any City employee. If Bidder fails to raise any issue regarding such interpretation or correction or if the Engineer fails to respond to a request, Bidder will be deemed to have accepted all risks associated with that issue. Bidder specifically waives the right to request a Change Order, equitable adjustment, or to request additional time, or to seek recovery in quantum merit in conjunction with any such issue. Bidder further waives the right to assert arguments of estoppel or implied or express warranty of design with regard to any such issue. ITEM EQUIVALENCY: Any Bidder desiring to bid an "approved equal" item shall submit a request to do so to the Engineer in writing no later than 10 working days prior to the date of the Bid opening. The request shall include all data necessary to substantiate that the item is equal. The Engineer will notify the Bidder, in writing, of approval or disapproval of the proposed item no later than 3 working days prior to the date of the Bid opening. Submit written approvals with your Bid. EQUAL EMPLOYMENT OPPORTUNITY: The City of Long Beach is an equal opportunity employer and requires all Bidders to comply with policies and regulations concerning equal employment opportunity. TAXES: Bidders shall not mention Sales Tax, Use Tax, or any other tax in their Bids. All Bid amounts will be deemed to include such taxes. BID PREPARATION: Bidders shall submit their Bids in writing on the form provided in the Bid Package. The City will deem any bid using a different form to be nonresponsive. Bidders shall state all information in the Bid clearly and legibly, in the manner indicated. Bidders shall complete all items of the Bid. Bidders shall authenticate erasures, interlineations, or other corrections by affixing in the margin immediately adjacent to them the initials of the person signing the Bid. If the unit price for an item of work and the extended total amount stated by a Bidder for that item do not agree, the City will deem the unit price alone as representing the Bidder’s intention, and will correct the total amount of the item and the Bid accordingly. If the Bidder fails to enter a unit price and enters only an item total, then the City will divide the item total by the estimated quantity to arrive at a unit price, and the Bidder shall be bound by that unit price. If the unit price is less than one cent, Bidders shall include the proper number of zeros. “Specialty Items” will be identified in Division C as defined in the Greenbook Specifications. Contractors shall provide greater detail of lump sum items making up the Contract Price as indicated in the Special Provisions. Bidders shall not modify the Bid in any way. The City will not consider substitutions except as described in “Item Equivalency”. LGB/Department of Public Works City of Long Beach

B-2

R-6970 Division B – Instruction to Bidders

Bidders shall provide a Bid for the base Bid and, as directed by instructions on the Bid Document, a separate Bid for each of the alternates. The Bid form will state whether or not it is mandatory that Bidders bid on the alternates. Bidders shall place the sum of all items in the “ITEM TOTAL” column, at the caption “TOTAL AMOUNT BID” unless otherwise directed by instructions on the Bid Document. The “TOTAL AMOUNT BID” is informational only and may be used by the City for comparison in determining the apparent low Bid at the time of Bid opening. The sum of the mathematically correct extended totals for each item under the ITEM TOTAL column shall be deemed the Bidder’s intended Bid. Any errors shall, at the option of the City, constitute grounds for the City’s rejection of the Bid. The City will not consider oral, telephonic, fax, or electronic Bids. Bidders shall sign the Bid properly, in longhand. The City will not consider any Bid that does not meet these requirements. LISTING SUBCONTRACTORS: Submit the list of subcontractors on this Project that is required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100, et. seq.). At a minimum, the name and location of the place of business of the subcontractor is required at time of bid. Bidders have 24 hours after bid opening to submit the balance of the information required on the List of Subcontractors form. ADDENDA ACKNOWLEDGEMENT: All Addenda issued before the time Bids are due shall form a part of the Contract Documents. It is the Bidders’ responsibility to determine what Addenda are issued. Bidders may do so by accessing the website shown in Division A. The City may deem any Bid that fails to acknowledge all Addenda to be non-responsive. Bidders must acknowledge the Addenda in writing on the form “Addenda Acknowledgement / Signature” in Division C. BID SECURITY: Bidders shall include with their Bids the security shown in the Notice Inviting Bids. The City will reject any Bid not accompanied by such Bid security. DELIVERY OF BID: Bidders shall deliver the sealed Bid no later than the time shown in the “Notice Inviting Bids.” Bidders shall deliver their Sealed Bid in the envelope provided with the Plans and Specifications, or any envelope capable of being sealed, marked to indicate the Bidder’s name, title of the Plans & Specifications, Plans & Specifications number, and the date on which the Sealed Bid is to be opened. Sealed Bids may be mailed or may be delivered by messenger. However, it is the Bidder's responsibility to ensure delivery of the Bid into the hands of the City's designated official before the time set for the Bid opening in the Notice Inviting Bids. The City’s clock is the official time for Bid opening. WITHDRAWAL OF BIDS: Bidders may withdraw their Bids by signed request. Bidders must deliver their requests to the City's designated official before the time set for the Bid opening in the Notice Inviting Bids. Bidders may not withdraw their Bids after that time without forfeiture of the Bid security. Withdrawal of the Bid will not prejudice any Bidder’s right to submit a new Bid, if there is time to do so.

LGB/Department of Public Works City of Long Beach

B-3

R-6970 Division B – Instruction to Bidders

LATE BIDS: The City will reject any Bid received after the time set for the Bid opening regardless of whether or not the Bids are opened exactly at the time set in the Notice Inviting Bids. TELEPHONES: The City does not provide telephones for use by Bidders. BID ALTERNATES: Please see the Bid form. BID OPENING: All the Bids read aloud by the City will be subject to further evaluation with respect to:  The responsiveness of the Bid  Determination that Bidder is responsible AWARD OF CONTRACT AND OWNER’S RIGHTS RESERVED: If the City awards the Contract, it will award the Contract to the lowest responsible Bidder as determined solely by the City. The City Engineer reserves the right to reject any or all Bids, and, to the extent not prohibited by law, to waive any minor irregularity or informality in any Bid that does not give the Bidder a competitive advantage over other Bidders and to take the Bids under advisement for the Bid guarantee period shown above, as may be necessary in the best interests of the City.

End of Division B - Instructions to Bidders

LGB/Department of Public Works City of Long Beach

B-4

R-6970 Division B – Instruction to Bidders

DIVISION C BID DOCUMENTS

BIDDER'S NAME: ______________________

BID TO THE CITY OF LONG BEACH PERIMETER SECURITY IMPROVEMENTS UASI 2011 at the Long Beach Airport In accordance with the Notice Inviting Bids for this Work in the City of Long Beach, California, to be opened on November 20, 2013 at 10:00 a.m., we offer to furnish all necessary labor, tools, materials, appliances and equipment for and perform all Work mentioned in the Notice Inviting Bids, in full compliance with Plans & Specifications No. R-6970 at the prices listed below. We certify that we have examined the site and that the Bid is complete. By signing the Bid, we certify that the Contractor will not submit a claim based on failure to examine the site thoroughly. There are eight additive bids. Bidders shall submit bids for the base bid and the additives. The City will determine the lowest responsible bidder based on the analysis of the Base Bid plus Additive A through H. Contingent upon available funding, after the bid opening and after this determination of the lowest responsible bidder based on this analysis, the City will award a contract that may include Additive A and/or Additive B through H. (S) denotes “Specialty Item” as defined under Section 2.2-3.2 of the Greenbook Specifications. BASE BID – LOCATION 1 & 2: Air Carrier Ramp ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 1.

1

LS

2.

G-001-5.1; Mobilization (Shall not exceed 6% of Base bid – Location 1 & 2) 260519-4.2; #6 Cable

1874

LF

3.

260519-4.3; #8 Cable

969

LF

4.

260519-4.4; #10 Cable

180

LF

5.

260519-4.7; #16 Cable

50

LF

6.

4

EA

7.

260533-4.1; 24x36 NEMA4X Communications Cabinet 260533-4.5; ½” RGS

10

LF

8.

260533-4.7; ¾” EMT

15

LF

LGB/Department of Public Works City of Long Beach

C-1

ITEM TOTAL (IN FIGURES)

R-6970 Division C – Bid Documents

BASE BID – LOCATION 1 & 2: Air Carrier Ramp ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 9.

260533-4.8; 1” LFNC

70

LF

10.

260533-4.9; 3/4” LFNC

10

LF

11.

260533-4.10; 1/2” LFNC

200

LF

ITEM TOTAL (IN FIGURES)

12.

262816-4.1; 30A Fused 4 EA Safety Switches (w/ fuses) 13. 262816-4.2; 2P 20A Molded 4 EA Case Circuit Breakers 14. 282300-4.2; (S) Install Contractor Provided PTZ 4 LS Video Surveillance Camera 15. 282300-4.4; Video 8 EA Encoders 16. 282300-4.5; Hardened 8 4 EA Port Ethernet Switch 17. 282300-4.8; Wireless 4 EA Communication Devices 18. 282300-4.10; Power 8 EA Rectifiers TOTAL AMOUNT OF BASE BID – LOCATION 1 & 2 (IN FIGURES) ADDITIVE A – LOCATION 3: Lot B Parking Structure ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 19.

21.

G-001-5.1; Mobilization (Shall not exceed 6% of Additive A bid) F-163-5.2; Bolt-down Bollard 4-inch Diameter 260519-4.3; #8 Cable

22.

260519-4.5; #12 Cable

20

LF

23.

260519-4.7; #16 Cable

50

LF

24.

2

EA

25.

260533-4.1; 24x36 NEMA4X Communications Cabinet 260533-4.4; 1” RGS

800

LF

26.

260533-4.5; 1/2” RGS

10

LF

20.

LGB/Department of Public Works City of Long Beach

1

LS

3

EA

2,000

LF

C-2

ITEM TOTAL (IN FIGURES)

R-6970 Division C – Bid Documents

ADDITIVE A – LOCATION 3: Lot B Parking Structure ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 27.

260533-4.6; 1” EMT

750

LF

28.

260533-4.8; 1” LFNC

10

LF

ITEM TOTAL (IN FIGURES)

29.

262200-4.2; Buckboost 2 EA Transformer 30. 262816-4.1; 30A Fused 2 EA Safety Switches (w/ fuses) 31. 262816-4.3; 1P 30A Molded 1 EA Case Circuit Breakers 32. 282300-4.2; (S) Install Contractor Provided PTZ 2 LS Video Surveillance Camera 33. 282300-4.4; Video 4 EA Encoders 34. 282300-4.5; Hardened 8 2 EA Port Ethernet Switch 35. 282300-4.7; Industrial 4 EA Ethernet Extender 36. 282300-4.10; Power 4 EA Rectifiers 37. 282300-4.13; Integration 1 LS with F.O. Network TOTAL ADDITIVE A BID – LOCATION 3 (IN FIGURES)

ADDITIVE B – LOCATION 4: Lakewood Blvd. and Spring St. Intersection ITEM ESTIMATED UNIT PRICE ITEM TOTAL NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) (IN FIGURES) 38. G-001-5.1; Mobilization 1 LS (Shall not exceed 6% of Additive B bid) 39. 260519-4.3; #8 Cable 750 LF 40.

260519-4.5; #12 Cable

20

LF

41.

260519-4.6; #14 Cable

300

LF

42.

260533-4.1; 24x36 NEMA4X Communications Cabinet 260533-4.5; ½” RGS

1

EA

10

LF

43.

LGB/Department of Public Works City of Long Beach

C-3

R-6970 Division C – Bid Documents

ADDITIVE B – LOCATION 4: Lakewood Blvd. and Spring St. Intersection ITEM ESTIMATED UNIT PRICE ITEM TOTAL NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) (IN FIGURES) 44. 260533-4.8; 1” LFNC 100 LF 45.

260533-4.9; 3/4” LFNC

25

LF

46.

260533-4.10; 1/2” LFNC

100

LF

100

LF

1

EA

1

EA

1

LS

2

EA

1

EA

1

EA

1

EA

2

EA

47.

260533-4.12; 1-1/2” Sch 80 PVC, Concrete Encased 48. 262200-4.2; Buckboost Transformer 49. 262816-4.1; 30A Fused Safety Switches (w/ fuses) 50. 282300-4.1; Install Airport Provided PTZ Video Surveillance Camera 51. 282300-4.4; Video Encoders 52. 282300-4.5; Hardened 8 Port Ethernet Switch 53. 282300-4.8; Wireless Communication Devices 54. 282300-4.9; Wireless Repeater Devices 55. 282300-4.10; Power Rectifiers TOTAL ADDITIVE B (IN FIGURES)

ADDITIVE C – LOCATION 5: UPS Ramp/Lakewood Tunnel ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 56.

1

LS

57.

G-001-5.1; Mobilization (Shall not exceed 6% of Additive C bid) 260519-4.1; #3 Cable

25

LF

58.

260519-4.2; #6 Cable

375

LF

59.

260519-4.5; #12 Cable

20

LF

60.

260519-4.7; #16 Cable

50

LF

LGB/Department of Public Works City of Long Beach

C-4

ITEM TOTAL (IN FIGURES)

R-6970 Division C – Bid Documents

ADDITIVE C – LOCATION 5: UPS Ramp/Lakewood Tunnel ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 61.

1

EA

62.

260533-4.1; 24x36 NEMA4X Communications Cabinet 260533-4.4; 1” RGS

125

LF

63.

260533-4.6; 1” EMT

25

LF

64.

260533-4.8; 1” LFNC

2

LF

1

EA

1

EA

1

LS

2

EA

1

EA

2

EA

262200-4.1; 30kVA, 480/120/208V, NEMA 1, Transformer 66. 262816-4.1; 30A Fused Safety Switches (w/ fuses) 67. 282300-4.2; Install Airport Provided PTZ Video Surveillance Camera 68. 282300-4.4; Video Encoders 69. 282300-4.5; Hardened 8 Port Ethernet Switch 70. 282300-4.10; Power Rectifiers TOTAL ADDITIVE C (IN FIGURES)

ITEM TOTAL (IN FIGURES)

65.

ADDITIVE D – LOCATION 6: Clark/Willow Security Pole and Security Cameras ITEM ESTIMATED UNIT PRICE ITEM TOTAL NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) (IN FIGURES) 71. G-001-5.1; Mobilization 1 LS (Shall not exceed 6% of Additive D bid) 72. F-163-5.1; Bollard 8-inch 4 EA Diameter 73. 260519-4.1; #3 Cable 450 LF 74.

260519-4.5; #12 Cable

10

LF

75.

260519-4.6; #14 Cable

50

LF

76.

260519-4.7; #16 Cable

150

LF

LGB/Department of Public Works City of Long Beach

C-5

R-6970 Division C – Bid Documents

ADDITIVE D – LOCATION 6: Clark/Willow Security Pole and Security Cameras ITEM ESTIMATED UNIT PRICE ITEM TOTAL NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) (IN FIGURES) 77. 260533-4.1; 24x36 NEMA4X Communications 1 EA Cabinet 78. 260533-4.5; ½” RGS 5 LF 79.

260533-4.6; 1” EMT

5

LF

80.

260533-4.8; 1” LFNC

2

LF

125

LF

25

LF

1

EA

1

EA

2

LS

1

EA

5

EA

1

EA

1

EA

1

EA

2

EA

1

EA

81.

260533-4.11; 2” Sch 80 PVC, Concrete Encased 82. 260533-4.13; 1” Sch 80 PVC, Concrete Encased 83. 262416-4.1; 100A, 1PH, 3W Panelboard 84. 262816-4.4; 2P 50A Molded Case Circuit Breakers 85. 282300-4.1; Install Airport Provided PTZ Video Surveillance Camera 86. 282300-4.3; Fixed Position Video Surveillance Camera 87. 282300-4.4; Video Encoders 88. 282300-4.6; Hardened 16 Port Ethernet Switch 89. 282300-4.8; Wireless Communication Devices 90. 282300-4.9; Wireless Repeater Devices 91. 282300-4.10; Power Rectifiers 92. 282300-4.12; 25’ Camera Mounting Pole TOTAL ADDITIVE D (IN FIGURES)

LGB/Department of Public Works City of Long Beach

C-6

R-6970 Division C – Bid Documents

ADDITIVE E – LOCATION 7: Clark/Willow Security Alpha Gate ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 93.

94. 95.

G-001-5.1; Mobilization (Shall not exceed 6% of Additive E bid) G-300-4.1; Fence Removal

103.

P-101-5.1; Cold Plane 0-3” Average Depth P-620-5.1; Pavement Markings P-152-4.1; Unclassified Excavation P-156-4.1; Temporary Air and Water Pollution, Soil Erosion and Siltration Control (Limited to 4% of Additive E) P-420-7.1; Asphalt Concrete Pavement F-162-5.1; Chain Link Fence F-163-5.1; Bollard 8-inch Diameter F-165-4.1; (S) Airfield Security Alpha Gate 260519-4.5; #12 Cable

104.

260519-4.6; #14 Cable

105.

106.

260533-4.2; 24x24 NEMA4X Communications Cabinet 260533-4.5; ½” RGS

107.

260533-4.6; 1” EMT

96. 97. 98

99. 100. 101. 102.

108.

260533-4.13; 1” Sch 80 PVC, Concrete Encased 109. 282300-4.10; Power Rectifiers TOTAL ADDITIVE E (IN FIGURES)

LGB/Department of Public Works City of Long Beach

1

LS

30

LF

120

SY

100

SF

15

CY

1

LS

25

Tons

10

LF

8

EA

1

LS

190

LF

300

LF

1

EA

5

LF

20

LF

300

LF

1

EA

C-7

ITEM TOTAL (IN FIGURES)

R-6970 Division C – Bid Documents

ADDITIVE F – LOCATION 8: Spring St. Gate ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 110.

112.

G-001-5.1; Mobilization (Shall not exceed 6% of Additive F bid) F-163-5.1; Bollard 8-inch Diameter 260519-4.6; #14 Cable

113 114.

111.

1

LS

2

EA

50

LF

260533-4.4; 1” RGS

5

LF

260533-4.8; 1” LFNC

20

LF

10

LF

1

LS

2

EA

1

EA

1

EA

115.

260533-4.12; 1” Sch 80 PVC, Concrete Encased 116. 282300-4.1; Install Airport Provided PTZ Video Surveillance Camera 117. 282300-4.4; Video Encoders 118. 282300-4.5; Hardened 8 Port Ethernet Switch 119. 282300-4.11; 18’ Camera Mounting Pole TOTAL ADDITIVE F (IN FIGURES)

ADDITIVE G – LOCATION 9: Maintenance Yard ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 120.

1

LS

121.

G-001-5.1; Mobilization (Shall not exceed 6% of Additive G bid) 260519-4.4; #10 Cable

225

LF

122.

260519-4.7; #16 Cable

100

LF

123.

1

EA

124.

260533-4.1; 24x36 NEMA4X Communications Cabinet 260533-4.5; ½” RGS

2

LF

125.

260533-4.6; 1” EMT

25

LF

LGB/Department of Public Works City of Long Beach

C-8

ITEM TOTAL (IN FIGURES)

ITEM TOTAL (IN FIGURES)

R-6970 Division C – Bid Documents

ADDITIVE G – LOCATION 9: Maintenance Yard ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 126.

260533-4.8; 1” LFNC

260533-4.12; 1-1/2” Sch 80 PVC, Concrete Encased 128. 260533-4.13; 1” Sch 80 PVC, Concrete Encased 129. 262816-4.1; 30A Fused Safety Switch (w/ fuses) 130. 282300-4.1; Install Airport Provided PTZ Video Surveillance Camera 131. 282300-4.4; Video Encoders 132. 282300-4.5; Hardened 8 Port Ethernet Switch 133. 282300-4.10; Power Rectifiers TOTAL ADDITIVE G (IN FIGURES)

2

LF

75

LF

75

LF

1

EA

1

LS

2

EA

1

EA

2

EA

ITEM TOTAL (IN FIGURES)

127.

ADDITIVE H – LOCATION 10: Wardlow Gate ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 134.

1

LS

135.

G-001-5.1; Mobilization (Shall not exceed 6% of Additive H bid) 260519-4.6; #14 Cable

15

LF

136.

260519-4.7; #16 Cable

100

LF

137.

1

EA

138.

260533-4.1; 24x36 NEMA4X Communications Cabinet 260533-4.3; 2” RGS

15

LF

139.

260533-4.8; 1” LFNC

4

LF

140.

260533-4.11; 2” Sch 80 PVC, Concrete Encased 282300-4.1; Install Airport Provided PTZ Video Surveillance Camera

15

LF

2

LS

141.

LGB/Department of Public Works City of Long Beach

C-9

ITEM TOTAL (IN FIGURES)

R-6970 Division C – Bid Documents

ADDITIVE H – LOCATION 10: Wardlow Gate ITEM ESTIMATED UNIT PRICE NO. ITEM DESCRIPTION QUANTITY UNIT (IN FIGURES) 142.

282300-4.4; Video Encoders 143. 282300-4.6; Hardened 8 Port Ethernet Switch 144. 282300-4.10; Power Rectifiers TOTAL ADDITIVE H (IN FIGURES)

4

EA

1

EA

2

EA

ITEM TOTAL (IN FIGURES)

TOTAL AMOUNT BID (BASE+Add A+Add B+Add C+Add D+Add E+Add F+Add G+Add H)

We understand that these quantities are estimates only and are given solely for the purpose of facilitating the comparison of Bids, and that the Contractor’s compensation will be computed on the basis of the actual quantities in the completed Work. The following information will be used for statistical analysis only. Is the Bidder a Minority-Owned Business? ______ Which racial minority? __________ Is the Bidder a Women-Owned Business? _______ Where did your company first hear about this City of Long Beach Public Works project?

(Continued on Next Page)

LGB/Department of Public Works City of Long Beach

C-10

R-6970 Division C – Bid Documents

ADDENDA ACKNOWLEDGEMENT This Bid is submitted with respect to the changes to the Plans & Specifications included in the following addenda numbers: ____ _____ _____ _____ _____ _____ _____ 1 2 3 4 5 6 7 (Initial above all appropriate numbers) Respectfully submitted, __________________________________ Signature**

______________________________ Legal Name of Company ______________________________ Print Name / Title ______________________________ Names of Other General Partners ______________________________ Names of Other Partners

___________________________________ State of Incorporation ___________________________________ State Where Registered as LLC ___________________________________ Business Address (Actual Address -Not A Post Office Box)

______________________________ City of Long Beach Business License Number _______________________________ City of Long Beach Business License Expiration Date

___________________________________ Telephone Number / Fax Number

_______________________________ Address on City Business License

___________________________________ Email Address ___________________________________ Contractor’s License Number ________ If Bidder is an individual, set forth his/her signature. _______ If Bidder is a joint venture, set forth the name of the joint venture with the signature of an authorized representative of each venture.. ________ If Bidder is a general partnership, set forth the signature of the general partner. ________ If Bidder is a limited partnership, provide names of other partners. ________ If Bidder is a limited liability company, set forth legal name of company with signature of a member or manager authorized to bind the company ________ If the Bidder is a corporation, set forth the legal name of the corporation with the signature of an officer of the corporation. LGB/Department of Public Works City of Long Beach

C-11

R-6970 Division C – Bid Documents

LIST OF SUBCONTRACTORS In accordance with the requirements provided in the "Subletting and Subcontracting Fair Practices Act" Division 2 Part 1, Chapter 4 of the California Public Contract Code, the Bidder shall set forth hereon the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one‐half of 1 percent of the prime contractor's total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one‐half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. The prime contractor shall set forth thereon the portion of the work (type and dollar value) that will be done by each subcontractor. The prime contractor shall list only one subcontractor for each portion as defined by the prime contractor in his or her bid. Information requested, other than the sub contractor's name and location of business and the portion of work that will be done by each subcontractor may be submitted by the prime contractor within 24 hours after the deadline for submission of bids.

Name Address

Type of Work   

City

Dollar Value of Subcontract

Phone No.

 

License No.

 

Name Address

$

Type of Work   

City

Dollar Value of Subcontract

$

Phone No. License No.

 

Name Address

Type of Work   

City

Dollar Value of Subcontract

$

Phone No. License No.

 

Name Address

Type of Work   

City

Dollar Value of Subcontract

$

Phone No. License No.

 

Name Address

Type of Work   

City

Dollar Value of Subcontract

$

Phone No. License No.

  Rev 9/2/10: PCC 4104

Contractor directs the City’s attention to Continuous Bidder’s Bond (CBB) # CC-LM-C, on file in the office of the City Clerk of the City of Long Beach. If a CBB is not on file, please accept the bidder’s bond listed below:

CITY OF LONG BEACH BIDDER’S BOND KNOW ALL THOSE BY THESE PRESENTS: That we, , as Principal, and , a corporation, organized and existing under and by virtue of the laws of the State of , with its principal place of business in the City of __________ , State of , with a paid up capital of not less than Two Hundred Fifty Thousand Dollars ($250,000.00), incorporated, as aforesaid, for the purpose of making, guaranteeing or becoming a surety upon bonds and undertakings required or authorized by law, and having heretofore complied with all of the requirements of the law of the State of California regulating the formation or admission of such corporation to transact business in this State, as Surety, are held firmly bound unto the City of Long Beach, a municipal corporation, organized under the laws of the State of California, and situated in the County of Los Angeles, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment whereof the Principal and sureties bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the above obligation is such that: If the bid of said Principal shall be accepted by the City of Long Beach and the contract for delivery of goods, materials, equipment or supplies, or for the furnishings of services, materials, supplies, labor and performing work, all as specified in the Specifications, notice inviting bids, and bid is awarded to the Principal, and if Principal shall execute and submit all contract documents and insurance within fifteen (15) calendar days after delivery of them to Principal, and if Principal shall, in connection with said contract, furnish and deliver to the City of Long Beach a good and sufficient faithful performance bond, if required in the notice inviting bids, and a good and sufficient labor and material (payment) bond, if required in the notice inviting bids, with Surety or Sureties, then this obligation shall be void; otherwise it shall remain in full force and effect.

Principal

Surety The bond shall be signed by both parties and all signatures shall be notarized USE OF A NON-CITY OF LONG BEACH BID BOND MAY BE CAUSE FOR REJECTION

CITY OF LONG BEACH CERTIFICATION OF SITE EXAMINATION Each bidder shall be fully informed of the conditions relating to the construction of the work and the employment of labor thereon. Failure to do so will not relieve Contractor of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents. Each bidder shall examine the site for the work described herein. Bidders shall attend a mandatory pre-bid inspection of the building and site, conducted by the City, if specified by the Special Provisions. Failure to attend the mandatory prebid inspection shall be cause for rejection of the bid. This is to certify that I have examined the site and the bid is complete and there will be no additional payment for failure to examine the site thoroughly.

Date of Site Examination

Company

Printed Name of Company Representative

Signature of Representative

Date

AIRPORT SECURITY CONTRACTOR’S MINIMUM QUALIFICATIONS AND EXPERIENCE STATEMENT FOR THE CONSTRUCTION OF NORTH PERIMETER SECURITY IMPROVEMENTS AT THE LONG BEACH AIRPORT The Work is located on a very active airport and the Contractor shall be required to coordinate the Contractor’s activities with multiple airport tenants. Typical airport operations include terminal operations, commercial airlines, cargo aircraft, general aviation, military aircraft, student pilots, helicopter traffic, and corporate aircraft. Support activities that routinely occur on the Airport include, but are not limited to, fire protection equipment, safety vehicles, fueling, baggage handling, aircraft towing, maintenance vehicles, and other construction projects. This Work requires conformance with the specifications for construction at airports. The specifications are generally more stringent than typical local agency specifications, especially with regard to security quality control and acceptance criteria that are contained in Specification Item 28 23 00, “Video Surveillance”. The City has established minimum airfield security qualifications and experience requirements for the Contractor. Each bidder shall submit an “Airport Security Contractor’s Minimum Qualifications and Experience Statement”. The statement shall be completed on the following form. The statement shall be included with the Bid and failure to include the statement with the Bid shall render the Bid nonresponsive. Failure to submit complete and accurate statements of experience shall render the Bid non-responsive. Submission of inaccurate or misleading information on the statements of experience shall render the Bid non-responsive. All projects listed to meet the minimum qualifications and experience requirements shall have been located on an airport with regularly scheduled airline passenger service (FAR Part 139-Certificated) or a comparable secured facility. The experience of the listed subcontractor may have been obtained while in the role of prime contractor, while subcontracting to the Contractor, or while subcontracting to any other contractor. The Contractor shall clearly indicate the company/firm that performed the previous work for which experience is claimed and the role in which the previous work was performed (prime contractor or subcontractor).

LGB/Department of Public Works City of Long Beach

Page-1

R-6970 CONTRACTOR QUALIFICATIONS

  28 23 00 VIDEO SURVEILLANCE INSTALLATION EXPERIENCE The Contractor or security subcontractor shall have experience providing and installing video surveillance systems on airports or comparable secured facility in accordance with Specification Item 28 23 00, “Video Surveillance”. The Contractor or the security subcontractor listed to meet the 28 23 00 experience requirement shall have completed one (1) similar security projects in accordance with Item 28 23 00 since January 1, 2008, prior to the deadline for submission of bids. The Contractor shall list the percentage of 28 23 00 work performed by the Contractor or security subcontractor.

Start Date & Substantial Completion Date: Type of Work: Airport/Facility Name: Sponsor (Owner) Name: Sponsor Address:

PROJECT #1

28 23 00 VIDEO SURVEILLANCE INSTALLATION EXPERIENCE

Project Title:

Sponsor City, State, Zip Sponsor Telephone Number: Sponsor Representative: Company/Firm that performed the Work: Work performed as:

____Prime Contractor

_____Subcontractor

Name of Prime Contractor: Prime Contractor Telephone Number: Prime Contractor Representative: Total Contract Amount: 28 23 00 Contract Amount:

LGB/Department of Public Works City of Long Beach

Page-2

R-6970 CONTRACTOR QUALIFICATIONS

  NOTE: Failure to complete all portions of this form may render the Bidder’s Bid as non-responsive and subject to rejection.

____________________________________ Signature

________________ Date

____________________________________ Name and Title of Signing Officer

____________________________________ Company Name

Business Address

Telephone

LGB/Department of Public Works City of Long Beach

Fax

Page-3

R-6970 CONTRACTOR QUALIFICATIONS

BIDDER’S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE

The Bidder shall complete the following statement by checking the appropriate blanks: The Bidder has ___________ has not___________ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 11246, as amended, of September 24, 1965. The Bidder has__________ has not__________ submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If Bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, “Employee Information Report EEO-I” prior to award of the contract (*). NOTE:

Failure to complete the blanks may be grounds for rejecting the bid.

(Name and Title of Signer)

Signature

Company Name Business Address

Date

NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares: I am the _______________ of __________________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ________________________ [Date], at ________________________[City], ___________________ [State].

Revised 1-1-12 iaw SB944

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal.

(Name and Title of Signer)

Signature

Company Name Business Address

Date

WORKERS’ COMPENSATION CERTIFICATION

In accordance with California Labor Code Sections 1860 and 3700, I certify that I am aware of the provisions of Section 3700 which requires every employer to be insured against liability for worker’s compensation or to undertake self-insurance in accordance with said provisions before commencing the performance of the Work of this contract.

Contractor’s Name: ___________________________ Signature of Contractor, or a corporate officer of Contractor, or a general partner of Contractor

Title: _______________________ Date: ______________________

INFORMATION TO COMPLY WITH LABOR CODE SEC. 2810

To comply with Labor Code Sec. 2810, Contractor shall complete and submit this Information Sheet which shall be incorporated into and be a part of the Contract: 1)

2)

3)

Workers’ Compensation Insurance: A.

Policy Number: ______________________________________________

B.

Name of Insurer (NOT Broker): _________________________________

C.

Address of Insurer: __________________________________________

D.

Telephone Number of Insurer: __________________________________

For vehicles owned by Contractor and used in performing work under this Contract: A.

VIN (Vehicle Identification Number): ______________________________

B.

Automobile Liability Insurance Policy Number: ______________________

C.

Name of Insurer (NOT Broker): _________________________________

D.

Address of Insurer: ___________________________________________

E.

Telephone Number of Insurer: __________________________________

Address of Property used to house workers on this Contract, if any: __________ ________________________________________________________________

4)

Estimated total number of workers to be employed on this Contract: __________

5)

Estimated total wages to be paid those workers: __________________________

6)

Dates (or schedule) when those wages will be paid: _______________________ ________________________________________________________________ (Describe schedule: For example, weekly or every other week or monthly)

7)

Estimated total number of independent contractors to be used on this Contract:_ ________________________________________________________________

8)

Taxpayer’s Identification Number: _____________________________________

CERTIFICATION OF COMPLIANCE WITH THE EQUAL BENEFITS ORDINANCE Section 1. CONTRACTOR/VENDOR INFORMATION Name: _____________________________ Federal Tax ID No.: ____________ Address: ________________________________________________________ City:________________________________State: _______ZIP: ____________ Contact Person: ______________________Telephone: ___________________ Email: ______________________________Fax: ________________________

Section 2. COMPLIANCE QUESTIONS A.

The EBO is inapplicable to this Contract because the Contractor/Vendor has no employees. _____Yes _____No

B.

Does your company provide (or make available at the employees’ expense) any employee benefits? _____Yes _____No (If “yes,” proceed to Question C. If “no,” proceed to section 5, as the EBO does not apply to you.)

C.

Does your company provide (or make available at the employees’ expense) any benefits to the spouse of an employee? _____Yes _____No

D.

Does your company provide (or make available at the employees’ expense) any benefits to the domestic partner of an employee? ______Yes _____No (If you answered “no” to both questions C and D, proceed to section 5, as the EBO is not applicable to this contract. If you answered “yes” to both Questions C and D, please continue to Question E. If you answered “yes” to Question C and “no” to Question D, please continue to section 3.)

E.

Are the benefits that are available to the spouse of an employee identical to the benefits that are available to the domestic partner of an employee? _____Yes ____No (If “yes,” proceed to section 4, as you are in compliance with the EBO. If “no,” continue to section 3.)

1

Section 3. PROVISIONAL COMPLIANCE A.

Contractor/Vendor is not in compliance with the EBO now but will comply by the following date:

_____By the first effective date after the first open enrollment process following the contract start date, not to exceed two years, if the Contractor/Vendor submits evidence of taking reasonable measures to comply with the EBO; or _____At such time that the administrative steps can be taken to incorporate nondiscrimination in benefits in the Contractor/vendor’s infrastructure, not to exceed three months; or _____Upon expiration agreement(s). B.

of

the

contractor’s

current

collective

bargaining

If you have taken all reasonable measures to comply with the EBO but are unable to do so, do you agree to provide employees with a cash equivalent? (The cash equivalent is the amount of money your company pays for spousal benefits that are unavailable for domestic partners.) ____Yes ____ No

Section 4. REQUIRED DOCUMENTATION At time of issuance of purchase order or contract award, you may be required by the City to provide documentation (copy of employee handbook, eligibility statement from your plans, insurance provider statement, etc.) to verify that you do not discriminate in the provision of benefits. Section 5. CERTIFICATION I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that I am authorized to bind this entity contractually. By signing this certification, I further agree to comply with all additional obligations of the Equal Benefits Ordinance that are set forth in the Long Beach Municipal Code and in the terms of the contract or purchase order with the City. Executed this ____ day of ____________, 20__, at _______________, _______ Name: _________________________ Signature: _______________________ Title: __________________________

Federal Tax ID No.: ________________

2

EQUAL BENEFITS ORDINANCE DISCLOSURE FORM As a condition of being awarded a contract with the City of Long Beach (“City”), the selected Contractor/Vendor (“Contractor”) may be required during the performance of the Contract, to comply with the City’s nondiscrimination provisions of the Equal Benefits Ordinance (“EBO”) set forth in the Long Beach Municipal Code section 2.73 et seq. The EBO requires that during the performance of the contract, the Contractor shall provide equal benefits to its employees with spouses and employees with domestic partners. Benefits include but are not limited to, health benefits, bereavement leave, family medical leave, membership and membership discounts, moving expenses, retirement benefits and travel benefits. A cash equivalent payment is permitted if an employer has made all reasonable efforts to provide domestic partners with access to benefits but is unable to do so. A situation in which a cash equivalent payment might be used if where the employer has difficulty finding an insurance provider that is willing to provide domestic partner benefits. The EBO is applicable to the following employers:  For-profit employers that have a contract with the City for the purchase of goods, services, public works or improvements and other construction projects in the amount of $100,000 or more  For-profit entities that generate $350,000 or more in annual gross receipts leasing City property pursuant to a written agreement for a term exceeding 29 days in any calendar year Contractors who are subject to the EBO must certify to the City before execution of the contract that they are in compliance with the EBO by completing the EBO Certification Form, attached, or that they have been issued a waiver by the City. Contractors must also allow authorized City representatives access to records so the City can verify compliance with the EBO. The EBO includes provisions that address difficulties associated with implementing procedures to comply with the EBO. Contractors can delay implementation of procedures to comply with the EBO in the following circumstances: 1)

By the first effective date after the first open enrollment process following the contract start date, not to exceed two years, if the Contractor/Vendor submits evidence of taking reasonable measures to comply with the EBO; or

EBO Disclosure Form (1/10)

1

2)

At such time that the administrative steps can be taken to incorporate nondiscrimination in benefits in the Contractor/Vendor’s infrastructure, not to exceed three months; or

3)

Upon expiration of the Contractor’s current collective bargaining agreement(s).

Compliance with the EBO If a Contractor has not received a waiver from complying with the EBO and the timeframe within which it can delay implementation has expired but it has failed to comply with the EBO, the Contractor may be deemed to be in material breach of the Contract. In the event of a material breach, the City may cancel, terminate or suspend the City agreement, in whole or in part. The City also may deem the Contractor an irresponsible bidder and disqualify the Contractor from contracting with the City for a period of three years. In addition, the City may assess liquidated damages against the Contractor which may be deducted from money otherwise due the Contractor. The City may also pursue any other remedies available at law or in equity. By my signature below, I acknowledge that the Contractor understands that to the extent it is subject to the provisions of the Long Beach Municipal Code section 2.73, the Contractor shall comply with this provision. Printed Name:__________________________ Title:___________________ Signature:_____________________________ Date:___________________ Business Entity Name:____________________________________________

EBO Disclosure Form (1/10)

2

CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. Certification – The information above is true and complete to the best of my knowledge and belief.

(Name and Title of Signer)

Signature Company Name Business Address

Date

TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.

(Name and Title of Signer)

Signature

Company Name Business Address

Date

BUY AMERICAN CERTIFICATE BUY AMERICAN – STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS

The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, and defined in paragraph a below.

a.

The following terms apply to this clause: (1) Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. (2) Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. (3) Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs.

(NAME AND TITLE OF SIGNER)

SIGNATURE

COMPANY NAME BUSINESS ADDRESS

DATE

DIVISION D POST-BID DOCUMENTS

CONTRACT

1

3

THIS CONTRACT is made and entered, in duplicate, as of ________, 20__

4

for reference purposes only, pursuant to a minute order adopted by the City Council of

5

the City of Long Beach at its meeting held on _________, 20__, by and between

6

________________________,

7

company

8

______________________________________, and the CITY OF LONG BEACH, a

9

municipal corporation ("City").

a

California

whose

address

liability is

EC IM EN

("Contractor"),

corporation/partnership/limited

10

WHEREAS, pursuant to a "Notice Inviting Bids for ___________________

11

in the City of Long Beach, California," dated __________, 20__, and published by City,

12

bids were received, publicly opened and declared on the date specified in said Notice;

13

and

14

WHEREAS, the City Manager accepted the bid of Contractor; and

15

WHEREAS, the City Council authorized the City Manager to enter a

16

contract with Contractor for the work described in Project Plans No. ____ and Project

17

Specifications No. R-____;

18 19 20 21 22

NOW, THEREFORE, in consideration of the mutual terms and conditions

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

2

herein, the parties agree as follows: 1.

SCOPE OF WORK. Contractor shall furnish all necessary labor,

supervision, tools, materials, supplies, appliances, equipment and transportation for the work described in "Project Plans No. _____ and Project Specifications No. R-____ for

23

__________________ in the City of Long Beach, California," said work to be performed

24

according to the Contract Documents identified below.

25

intended to provide to City complete and finished work and, to that end, Contractor shall

26

do everything necessary to complete the work, whether or not specifically described in

27

the Contract Documents.

28

2.

PRICE AND PAYMENT. 1

Construction Contract.doc (Revised 3/19/13)

However, this Contract is

A.

1

2

work identified in Contractor’s "Bid for __________________________ in the City

3

of Long Beach, California," attached hereto as Exhibit "A".

4

B.

Contractor shall submit requests for progress payments and

5

City will make payments in due course of payments in accordance with Section 9

6

of the Standard Specifications for Public Works Construction (latest edition).

7

3.

CONTRACT DOCUMENTS. A.

The Contract Documents include: The Notice Inviting Bids,

EC IM EN

8 9

Project Specifications No. R-____ (which may include by reference the Standard

10

Specifications for Public Works Construction, latest edition, and any supplements

11

thereto, collectively the "Standard Specifications"); the City of Long Beach

12

Standard Plans; Project Plans No. ______ for this work; the California Code of

13

Regulations; the various Uniform Codes applicable to trades; the prevailing wage

14

rates; Instructions to Bidders; the Bid; the bid security; the City of Long Beach

15

Disadvantaged, Minority and Women-Owned Business Enterprise Program; this

16

Contract and all documents attached hereto or referenced herein including but not

17

limited to insurance; Bond for Faithful Performance; Payment Bond; Notice to

18

Proceed; Notice of Completion; any addenda or change orders issued in

22

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

City shall pay to Contractor the amount(s) for materials and

23

B.

19 20 21

accordance with the Standard Specifications; any permits required and issued for the work; approved final design drawings and documents; and the Information Sheet.

These Contract Documents are incorporated herein by the above

reference and form a part of this Contract. Notwithstanding Section 2-5.2 of the Standard Specifications,

24

if any conflict or inconsistency exists or develops among or between Contract

25

Documents, the following priority shall govern:

26

agencies; 2) Change Orders; 3) this Contract (including any and all amendments

27

hereto); 4) Addenda (which shall include written clarifications, corrections and

28

changes to the bid documents and other types of written notices issued prior to bid 2 Construction Contract.doc (Revised 3/19/13)

1) Permit(s) from other public

1

opening; 5) Project Specifications; 6) Project Plans (including drawings); 7) the

2

City of Long Beach Standard Plans; 8) Standard Specifications (as identified in

3

Section 3.A. hereof, the “Greenbook”); 9) other reference specifications; 10)

4

other reference plans; 11) the bid; and 12) the Notice Inviting Bids. 4.

TIME FOR CONTRACT. Contractor shall commence work on a date

to be specified in a written "Notice to Proceed" from City and shall complete all work

7

within ____________ (___) working/calendar days thereafter, subject to strikes, lockouts

8

and events beyond the control of Contractor. Time is of the essence hereunder. City will

9

suffer damage if the work is not completed within the time stated, but those damages

EC IM EN

6

10

would be difficult or impractical to determine.

11

liquidated damages, the amount stated in the Contract Documents.

12

5.

So, Contractor shall pay to City, as

ACCEPTANCE OF WORK NOT TO CONSTITUTE A WAIVER. The

13

acceptance of any work or the payment of any money by City shall not operate as a

14

waiver of any provision of any Contract Document, of any power reserved to City, or of

15

any right to damages or indemnity hereunder. The waiver of any breach or any default

16

hereunder shall not be deemed a waiver of any other or subsequent breach or default.

17 18 19 20 21 22

6.

WORKERS' COMPENSATION CERTIFICATION.

Concurrently

herewith, Contractor shall submit certification of Workers'Compensation coverage in

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

5

accordance with California Labor Code Sections 1860 and 3700, a copy of which is attached hereto as Exhibit "B". 7.

CLAIMS FOR EXTRA WORK. No claim shall be made at any time

upon City by Contractor for and on account of any extra or additional work performed or

23

materials furnished, unless such extra or additional work or materials shall have been

24

expressly required by the City Manager and the quantities and price thereof shall have

25

been first agreed upon, in writing, by the parties hereto.

26

8.

CLAIMS.

Contractor shall, upon completion of the work, deliver

27

possession thereof to City ready for use and free and discharged from all claims for labor

28

and materials in doing the work and shall assume and be responsible for, and shall 3 Construction Contract.doc (Revised 3/19/13)

1

protect, defend, indemnify and hold harmless City from and against any and all claims,

2

demands, causes of action, liability, loss, costs or expenses for injuries to or death of

3

persons, or damages to property, including property of City, which arises from or is

4

connected with the performance of the work. 9.

INSURANCE. Prior to commencement of work, and as a condition

6

precedent to the effectiveness of this Contract, Contractor shall provide to City evidence

7

of all insurance required in the Contract Documents. In addition, Contractor shall complete and deliver to City the form

9

(“Information Sheet”) attached as Exhibit “C” and incorporated by reference, to comply

EC IM EN

8

10

with Labor Code Section 2810.

11

10.

WORK DAY. Contractor shall comply with Sections 1810 through

12

1815 of the California Labor Code regarding hours of work. Contractor shall forfeit, as a

13

penalty to City, the sum of Twenty-Five Dollars ($25) for each worker employed by

14

Contractor or any subcontractor for each calendar day such worker is required or

15

permitted to work more than eight (8) hours unless that worker receives compensation in

16

accordance with Section 1815.

17

11.

18

PREVAILING WAGE RATES.

22 23

A.

19 20 21

Contractor is directed to the

prevailing wage rates. Contractor shall forfeit, as a penalty to the City, Two Hundred

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

5

Dollars ($200) for each laborer, worker or mechanic employed for each calendar day, or portion thereof, that such laborer, worker or mechanic is paid less than the prevailing wage rates for any work done by Contractor, or any subcontractor, under this Contract. 12.

COORDINATION WITH GOVERNMENTAL REGULATIONS. If the work is terminated pursuant to an order of any Federal

24

or State authority, Contractor shall accept as full and complete compensation

25

under this Contract such amount of money as will equal the product of multiplying

26

the Contract price stated herein by the percentage of work completed by

27

Contractor as of the date of such termination, and for which Contractor has not

28

been paid. If the work is so terminated, the City Engineer, after consultation with 4 Construction Contract.doc (Revised 3/19/13)

1

Contractor, shall determine the percentage of work completed and the

2

determination of the City Engineer shall be final.

3

If Contractor is prevented, in any manner, from strict

compliance with the Plans and Specifications due to any Federal or State law, rule

5

or regulation, in addition to all other rights and remedies reserved to the parties

6

City may by resolution of the City Council suspend performance hereunder until

7

the cause of disability is removed, extend the time for performance, make changes

8

in the character of the work or materials, or terminate this Contract without liability

9

to either party.

11

EC IM EN

4

10

13.

NOTICES.

A.

Any notice required hereunder shall be in writing and

12

personally delivered or deposited in the U.S. Postal Service, first class, postage

13

prepaid, to Contractor at the address first stated herein, and to the City at 333

14

West Ocean Boulevard, Long Beach, California 90802, Attn: City Manager. Notice

15

of change of address shall be given in the same manner as stated herein for other

16

notices. Notice shall be deemed given on the date deposited in the mail or on the

17

date personal delivery is made, whichever first occurs.

18 19 20 21 22

B.

Except for stop notices and claims made under the Labor

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

B.

Code, City will notify Contractor when City receives any third party claims relating to this Contract in accordance with Section 9201 of the Public Contract Code. 14.

BONDS. Contractor shall, simultaneously with the execution of this

Contract, execute and deliver to City a good and sufficient corporate surety bond, in the

23

form attached hereto and in the amount specified therein, conditioned upon the faithful

24

performance of this Contract by Contractor, and a good and sufficient corporate surety

25

bond, in the form attached hereto and in the amount specified therein, conditioned upon

26

the payment of all labor and material claims incurred in connection with this Contract.

27 28

15.

COVENANT AGAINST ASSIGNMENT.

Neither this Contract nor

any of the moneys that may become due Contractor hereunder may be assigned by 5 Construction Contract.doc (Revised 3/19/13)

1

Contractor without the written consent of City first had and obtained, nor will City

2

recognize any subcontractor as such, and all persons engaged in the work of

3

construction will be considered as independent contractors or agents of Contractor and

4

will be held directly responsible to Contractor.

5

16.

A.

Contractor shall keep and shall cause each subcontractor

performing any portion of the work under this Contract to keep an accurate payroll

8

record, showing the name, address, social security number, work classification,

9

straight time and overtime hours worked each day and week, and the actual per

10

diem wages paid to each journeyman, apprentice, worker, or other employee

11

employed by Contractor or subcontractor in connection with the work, all in

12

accordance with Division 2, Part 7, Article 2 of the California Labor Code. Such

13

payroll records for Contractor and all subcontractors shall be certified and shall be

14

available for inspection at all reasonable hours at the principal office of Contractor

15

pursuant to the provisions of Section 1776 of the Labor Code. Contractor' s failure

16

to furnish such records to City in the manner provided herein for notices shall

17

entitle City to withhold the penalty prescribed by law from progress payments due

18

to Contractor.

19 20 21 22 23

EC IM EN

7

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

6

CERTIFIED PAYROLL RECORDS.

B.

Upon completion of the work, Contractor shall submit to the

City certified payroll records for Contractor and all subcontractors performing any portion of the work under this Contract. Certified payroll records for Contractor and all subcontractors shall be maintained during the course of the work and shall be kept by Contractor for up to three (3) years after completion of the work.

24

C.

The foregoing is in addition to, and not in lieu of, any other

25

requirements or obligations established and imposed by any department of the

26

City with regard to submission and retention of certified payroll records for

27

Contractor and subcontractors.

28

17.

RESPONSIBILITY OF CONTRACTOR. Notwithstanding anything to 6

Construction Contract.doc (Revised 3/19/13)

1

the contrary in the Standard Specifications, Contractor shall have the responsibility, care

2

and custody of the work. If any loss or damage occurs to the work that is not covered by

3

collectible commercial insurance, excluding loss or damage caused by earthquake or

4

flood or the negligence or willful misconduct of City, then Contractor shall immediately

5

make the City whole for any such loss or pay for any damage. If Contractor fails or

6

refuses to make the City whole or pay, then City may do so and the cost and expense of

7

doing so shall be deducted from the amount due Contractor from City hereunder.

9 10

12

CONTINUATION. Termination or expiration of this Contract shall not

terminate the rights or liabilities of either party which rights or liabilities accrued or existed prior to termination or expiration of this Contract. 19.

TAXES AND TAX REPORTING.

A.

As required by federal and state law, City is obligated to and

13

will report the payment of compensation to Contractor on Form 1099-Misc.

14

Contractor shall be solely responsible for payment of all federal and state taxes

15

resulting from payments under this Contract. Contractor shall submit Contractor’s

16

Employer Identification Number (EIN), or Contractor’s Social Security Number if

17

Contractor does not have an EIN, in writing to City’s Accounts Payable,

18

Department of Financial Management. Contractor acknowledges and agrees that

19 20 21 22

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

11

18.

EC IM EN

8

City has no obligation to pay Contractor until Contractor provides one of these numbers.

B.

Contractor shall cooperate with City in all matters relating to

taxation and the collection of taxes, particularly with respect to the self-accrual of

23

use tax. Contractor shall cooperate as follows: (i) for all leases and purchases of

24

materials, equipment, supplies, or other tangible personal property totaling over

25

$100,000 shipped from outside California, a qualified Contractor shall complete

26

and submit to the appropriate governmental entity the form in Appendix “A”

27

attached hereto; and (ii) for construction contracts and subcontracts totaling

28

$5,000,000 or more, Contractor shall obtain a sub-permit from the California Board 7 Construction Contract.doc (Revised 3/19/13)

1

of Equalization for the Work site. “Qualified” means that the Contractor purchased

2

at least $500,000 in tangible personal property that was subject to sales or use tax

3

in the previous calendar year.

4

C.

5

defined in State of California Board of Equalization Regulation 1699, subpart (h),

6

in City if Contractor will purchase over $10,000 in tangible personal property

7

subject to California sales and use tax. D.

In completing the form and obtaining the permit(s), Contractor

EC IM EN

8 9

shall use the address of the Work site as its business address and may use any

10

address for its mailing address. Copies of the form and permit(s) shall also be

11

delivered to the City Engineer. The form must be submitted and the permit(s)

12

obtained as soon as Contractor receives a Notice to Proceed. Contractor shall not

13

order any materials or equipment over $100,000 from vendors outside California

14

until the form is submitted and the permit(s) obtained and, if Contractor does so, it

15

shall be a material breach of this Contract. In addition, Contractor shall make all

16

purchases from the Long Beach sales office of its vendors if those vendors have a

17

Long Beach office and all purchases made by Contractor under this Contract

18

which are subject to use tax of $500,000 or more shall be allocated to the City of

22

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

Contractor shall create and operate a buying company, as

23

E.

19 20 21

Long Beach. Contractor shall require the same cooperation with City, with regards to subsections B, C and D under this section (including forms and permits), from its subcontractors and any other subcontractors who work directly or indirectly under the overall authority of this Contract. Contractor shall not be entitled to and by signing this Contract

24

waives any claim or damages for delay against City if Contractor does not timely

25

submit these forms to the appropriate governmental entity.

26

contact the City Controller at (562) 570-6450 for assistance with the form.

27 28

20.

ADVERTISING.

Contractor may

Contractor shall not use the name of City, its

officials or employees in any advertising or solicitation for business, nor as a reference, 8 Construction Contract.doc (Revised 3/19/13)

1

without the prior approval of the City Manager, City Engineer or designee.

2

21.

3

is made with federal, state or county funds and a condition to the use of those funds by

4

City is a requirement that City render an accounting or otherwise account for said funds,

5

then City shall have the right at all reasonable times to examine, audit, inspect, review,

6

extract information from, and copy all books, records, accounts and other information

7

relating to this Contract.

8

10

22.

NO PECULIAR RISK. Contractor acknowledges and agrees that the

EC IM EN

9

work to be performed hereunder does not constitute a peculiar risk of bodily harm and that no special precautions are required to perform said work.

11

23.

THIRD PARTY BENEFICIARY.

This Contract is intended by the

12

parties to benefit themselves only and is not in any way intended or designed to or

13

entered for the purpose of creating any benefit or right of any kind for any person or entity

14

that is not a party to this Contract.

15

24.

SUBCONTRACTORS. Contractor agrees to and shall bind every

16

subcontractor to the terms of this Contract; provided, however, that nothing herein shall

17

create any obligation on the part of City to pay any subcontractor except in accordance

18

with a court order in an action to foreclose a stop notice. Failure of Contractor to comply

19 20 21 22

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

AUDIT. If payment of any part of the consideration for this Contract

with this Section shall be deemed a material breach of this Contract.

A list of

subcontractor(s) submitted by Contractor in compliance with Public Contract Code Sections 4100 et seq. is attached hereto as Exhibit "D" and incorporated herein by this reference.

23

25.

NO DUTY TO INSPECT. No language in this Contract shall create

24

and City shall not have any duty to inspect, correct, warn of or investigate any condition

25

arising from Contractor' s work hereunder, or to insure compliance with laws, rules or

26

regulations relating to said work. If City does inspect or investigate, the results thereof

27

shall not be deemed compliance with or a waiver of any requirements of the Contract

28

Documents. 9 Construction Contract.doc (Revised 3/19/13)

26.

1

This Contract shall be governed by and

2

construed pursuant to the laws of the State of California (except those provisions of

3

California law pertaining to conflicts of laws).

4

27.

INTEGRATION. This Contract, including the Contract Documents

5

identified in Section 3 hereof, constitutes the entire understanding between the parties

6

and supersedes all other agreements, oral or written, with respect to the subject matter

7

herein.

8

NONDISCRIMINATION.

In connection with performance of this

EC IM EN

28.

9

Contract and subject to federal laws, rules and regulations, Contractor shall not

10

discriminate in employment or in the performance of this Contract on the basis of race,

11

religion, national origin, color, age, sex, sexual orientation, gender identity, AIDS, HIV

12

status, handicap or disability. It is the policy of the City to encourage the participation of

13

Disadvantaged, Minority and Women-Owned Business Enterprises, and the City

14

encourages Contractor to use its best efforts to carry out this policy in the award of all

15

subcontracts.

16

29.

EQUAL BENEFITS ORDINANCE.

Unless otherwise exempted in

17

accordance with the provisions of the Ordinance, this Contract is subject to the applicable

18

provisions of the Equal Benefits Ordinance (“EBO”), section 2.73 et seq. of the Long

19 20 21 22 23

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

GOVERNING LAW.

Beach Municipal Code, as amended from time to time. A.

During the performance of this Contract, the Contractor

certifies and represents that the Contractor will comply with the EBO.

The

Contractor agrees to post the following statement in conspicuous places at its place of business available to employees and applicants for employment:

24

“During the performance of a Contract with the City of Long Beach,

25

the Contractor will provide equal benefits to employees with spouses and its

26

employees with domestic partners. Additional information about the City of

27

Long Beach’s Equal Benefits Ordinance may be obtained from the City of

28

Long Beach Business Services Division at 562-570-6200.” 10 Construction Contract.doc (Revised 3/19/13)

B.

1

2

deemed to be a material breach of the Contract by the City.

3

C.

If the Contractor fails to comply with the EBO, the City may

4

cancel, terminate or suspend the Contract, in whole or in part, and monies due or

5

to become due under the Contract may be retained by the City. The City may also

6

pursue any and all other remedies at law or in equity for any breach.

7

D.

Failure to comply with the EBO may be used as evidence

against the Contractor in actions taken pursuant to the provisions of Long Beach

9

Municipal Code 2.93 et seq., Contractor Responsibility.

EC IM EN

8

10

E.

If the City determines that the Contractor has set up or used

11

its contracting entity for the purpose of evading the intent of the EBO, the City may

12

terminate the Contract on behalf of the City. Violation of this provision may be

13

used as evidence against the Contractor in actions taken pursuant to the

14

provisions of Long Beach Municipal Code section 2.93 et seq., Contractor

15

Responsibility.

16

30.

s DEFAULT. Default shall include but not be limited to Contractor'

17

failure to perform in accordance with the Plans and Specifications, failure to comply with

18

any Contract Document, failure to pay any penalties, fines or charges assessed against

19 20 21 22

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

The failure of the Contractor to comply with the EBO will be

Contractor by any public agency, failure to pay any charges or fees for services performed by the City, and if Contractor has substituted any security in lieu of retention, then default shall also include City' s receipt of a stop notice.

If default occurs and

Contractor has substituted any security in lieu of retention, then in addition to City' s other

23

legal remedies, City shall have the right to draw on the security in accordance with Public

24

Contract Code Section 22300 and without further notice to Contractor. If default occurs

25

and Contractor has not substituted any security in lieu of retention, then City shall have

26

all legal remedies available to it.

27 28

IN WITNESS WHEREOF, the parties have caused this document to be duly executed with all formalities required by law as of the date first stated above. 11 Construction Contract.doc (Revised 3/19/13)

1

(company), a corporation

2 3

_________________________, 20__

By________________________________ President __________________________________ Type or Print Name

_________________________, 20__

By________________________________ Secretary __________________________________ Type or Print Name

4 5 6 7 8 9

CITY OF LONG BEACH, a municipal corporation

10

_________________________, 20__

12

“City”

13

This Contract is approved as to form on ________________________,

14 15 16 17 18 19 20 21 22

By________________________________ City Manager

20__.

ROBERT E. SHANNON, City Attorney By ____________________________________ Deputy

SP

OFFICE OF THE CITY ATTORNEY ROBERT E. SHANNON, City Attorney 333 West Ocean Boulevard, 11th Floor Long Beach, CA 90802-4664

11

EC IM EN

“Contractor”

23 24 25 26 27 28 12 Construction Contract.doc (Revised 3/19/13)

BOND FOR FAITHFUL PERFORMANCE KNOW ALL PERSONS BY THESE PRESENT: That we,

_ __ , as PRINCIPAL, and _ __ , located at _ __ , a corporation, incorporated under the laws of the State of admitted as a surety in the State of California and authorized to transact business in the State of California, as Surety, are held and firmly bound unto the CITY OF LONG BEACH, CALIFORNIA, a municipal corporation, in the sum of _ __ _ DOLLARS ($ ), lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, our respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, said Principal has been awarded and is about to enter the annexed contract (incorporated herein by this reference) with said City of Long Beach for the _ __ and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Principal shall well and truly keep and faithfully perform all of the covenants, conditions, agreements and obligations of said contract on said Principal’s part to be kept, done and performed, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect; PROVIDED, that any modifications, alterations, or changes which may be made in said contract, or in the work to be done, or in the services to be rendered, or in any materials or articles to be furnished pursuant to said contract, or the giving by the City of any extension of time for the performance of said contract, or the giving of any other forbearance upon the part of either the City or the Principal to the other, shall not in any way release the Principal or the Surety, or either of them, or their respective heirs, administrators, executors, successors or assigns, from any liability arising hereunder, and notice to the Surety of any such modifications, alterations, changes, extensions or forbearances is hereby waived. No premature payment by said City to said Principal shall release or exonerate the Surety, unless the officer of said City ordering the payment shall have actual notice at the time the order is made that such payment is in fact premature, and then only to the extent that such payment shall result in actual loss to the Surety, but in no event in an amount more than the amount of such premature payment. IN WITNESS WHEREOF, the above named Principal and Surety have executed, or caused to be executed, this instrument with all of the formalities required by law on this day of , 20 .

CONTRACTOR/PRINCIPAL By:

SURETY, admitted in California By:

Name:

Name:

Title:

Title: Telephone:

By: Name: Title: Approved as to form this of

day , 20

Approved as to sufficiency this of , 20

.

day .

ROBERT E. SHANNON, City Attorney

By:

By: Deputy

City Manager/City Engineer

NOTE: 1. Execution of this bond must be acknowledged by both PRINCIPAL and SURETY before a Notary Public and a Notary’s certificate of acknowledgement must be attached. 2. A corporation must execute the bond by 2 authorized officers and, if executed by a person not listed in Sec. 313, CA Corp. Code, then a certified copy of a resolution of its Board of Directors authorizing execution must be attached. Bond for Faithful Performance (4/3/03) P/Eng/Specs & Amnd/Div C Bid Doc Faithful

LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENT: That we,

_ __ , as PRINCIPAL, and _ __ , located at _ __ , a corporation, incorporated under the laws of the State of admitted as a surety in the State of California and authorized to transact business in the State of California, as Surety, are held and firmly bound unto the CITY OF LONG BEACH, CALIFORNIA, a municipal corporation, in the sum of _ __ _ DOLLARS ($ ), lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, our respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these present.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, said Principal has been awarded and is about to enter the annexed contract (incorporated herein by this reference) with said City of Long Beach for the _ __ and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Principal, as Contractor of said contract, or any subcontractor of said Principal, fails to pay for any materials, provisions, equipment, or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance act, during the original term of said contract and any extensions thereof, and during the life of any guaranty required under the contract, or shall fail to pay for any materials, provisions, equipment, or other supplies, used in, upon, for or about the performance of the work to be done under any authorized modifications of said contract that may hereafter be made, or for any work or labor done of any kind, or for amounts due under the Unemployment Insurance Act, under said modification, said Surety will pay the same in an amount not exceeding the sum of money hereinabove specified and, in case suit is brought upon this bond, a reasonable attorney’s fee, to be fixed by the court; otherwise this obligation shall be void; PROVIDED, that any modifications, alterations, or changes which may be made in said contract, or in the work or labor required to be done thereunder, or in any materials or articles to be furnished pursuant to said contract, or the giving by the City of any extension of time for the performance of said contract, or the giving of any other forbearance upon the part of either the City or the Principal to the other, shall not in any way release the Principal or the Surety, or either of them, or their respective heirs, administrators, executors, successors or assigns, from any liability arising hereunder, and notice to the Surety of any such modifications, alterations, changes, extensions or forbearances is hereby waived. No premature payment by said City to said Principal shall release or exonerate the Surety, unless the officer of said City ordering the payment shall have actual notice at the time the order is made that such payment is in fact premature, and then only to the extent that such payment shall result in actual loss to the Surety, but in no event in an amount more than the amount of such premature payment. This bond shall insure to the benefit of any and all persons, companies, and corporations entitled by law to file claims so as to give a right of action to them or their assigns in any suit brought upon this bond. IN WITNESS WHEREOF, the above named Principal and Surety have executed, or caused to be executed, this instrument with all of the day of , 20 . formalities required by law on this

CONTRACTOR/PRINCIPAL By:

SURETY, admitted in California By:

Name:

Name:

Title:

Title: Telephone:

By: Name: Title: Approved as to form this of

day , 20

Approved as to sufficiency this of , 20

.

day .

ROBERT E. SHANNON, City Attorney By:

By: Deputy

City Manager/City Engineer

NOTE: 1. Execution of this bond must be acknowledged by both PRINCIPAL and SURETY before a Notary Public and a Notary’s certificate of acknowledgement must be attached. 2. A corporation must execute the bond by 2 authorized officers and, if executed by a person not listed in Sec. 313, CA Corp. Code, then a certified copy of a resolution of its Board of Directors authorizing execution must be attached. Labor and Material Bond (7/31/03) P/Eng/Spec & Adm/Div C Bid Doc Labor & Mat

Return completed certificates to: City of Long Beach, 10th floor 333 W. Ocean Boulevard, Risk Mgmt. Long Beach, California 90802

CERTIFICATE OF INSURANCE CITY OF LONG BEACH, CA ("the City") A Municipal Corporation

Only this Certificate of Insurance Form will be Accepted

This certifies to the City that the following described policies have been issued to the Insured named below and are in force at this time.

Insured: . Address: Description of project:

Approved as to Sufficiency: __________________________ City Engineer Approved as to Form: _______________________, 20_____ ROBERT E. SHANNON, City Attorney

by _____________________________ Deputy City Attorney POLICIES AND INSURERS Workers' Compensation and Employer's Liability

LIMITS Statutory workers comp ____________ Employer's liability* $___________

______________________ (Name of Insurer) General Liability* Policy form equivalent to: CG 00 01 ___ CG 00 02 ___ GL 00 02 ___

* Minimum $1,000,000 per accident

$________________ per occurrence or $________________ per claim $________________ general aggregate

_____________________ (Name of Insurer) Commercial Auto Liability* Symbol ______

_____________________ (Name of Insurer) Excess/Umbrella Liability Claims-made ___ Occurrence ___ Umbrella ___ Excess ___ ____________________ (Name of Insurer)

* Minimum $1,000,000 combined single limit per occurrence and $2,000,000 General Aggregate

$________________ BI per accident $________________ PD per accident $________________ BI per person or $________________ combined single limit each accident * Minimum $1,000,000 combined single limit per occurrence

$_________________ per occurrence or $_________________ per claim $_________________ general aggregate Self-insured retention $_____________

POLICY NUMBER

EXPIRATION DATE

The following coverages or conditions are in effect:

YES

NO

The City, its officials, and employees are named on all liability policies described above as insureds as respects: (a) activities performed for the City by or on behalf of the Named Insured, (b) products and completed operation of the Named Insured, and (c) premises owned, leased, or used by the Named Insured. Products and Completed Operations The undersigned will mail to the City 30 days' written notice of cancellation or reduction of coverage or limits. Cross Liability Clause (or equivalent wording) Personal Injury, Perils A, B, and C Broad Form Property Damage X, C, and U Hazards included Contractual Liability Coverage applying to this contract Liquor Liability Coverage afforded the City, its officials, employees, and agents as Insureds applies as primary and not excess or contributing to any insurance issued in the name of the City. Waiver of subrogation from Workers' Compensation insurer. This certificate is issued as a matter of information. This certificate is not an insurance policy and does not amend, extend, or alter the coverage afforded the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. Agent or Brokerage__________________________________ Insurance Company ___________________________ Address___________________________________________ Home Office ________________________________ Name of Person to be Contacted________________________ Authorized Signature__________

Date _________

( ) Telephone Number Note: Authorized signatures may be the agent's if agent has placed insurance through an agency agreement with the insurer. If insurance is brokered, authorized signature must be that of official of insurer.

GENERAL LIABILITY ENDORSEMENT CITY OF LONG BEACH 333 WEST OCEAN BLVD., LONG BEACH, CA 90802 A. POLICY INFORMATION ; Policy Number _______________

1. Insurance Company 2. Policy Term (from)

(to)

; Endorsement Effective Date _________

3. Named Insured _________________ 4. Address

of

Named

Insured________________

5. Limit of Liability* Any One Occurrence/Aggregate $

* Minimum $1,000,000 combined single limit per occurrence with $2,000,000 General Aggregate

6. Deductible or Self-Insured Retention (Nil unless otherwise specified): $ 7. Coverage is equivalent to: Comprehensive General Liability Form GL 00 02 (Ed. 1/73) Commercial General Liability "occurrence" form CG 00 01 Commercial General Liability "claims-made" form CG 00 02

____________ ____________ ____________

8. If this policy is "claims-made," the retroactive date is _____________________. Note: The City's standard insurance requirements specify "occurrence" coverage. "Claims-made" coverage requires special approval. B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The City, its elected or appointed officials, employees, and agents are included as insureds with regard to damages and defense of claims arising from (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased, or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured for or on behalf of the City; or (b) products sold by the Named Insured to the City; or (c) premises leased by the Named Insure from the City, the insurance afforded by this policy shall be primary insurance as respects the City, its elected or appointed officials, employees, or agents; or stand in an unbroken chain of coverage excess of the Named Insured's schedule underlying primary coverage. In either event, any other insurance maintained by the City, its elected or appointed officials, employees or agents shall be in excess of this insurance and shall not contribute to it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) Insurance Services Office form number GL 00 02 (Ed.1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL 04 04 Broad Form Comprehensive General Liability endorsement; or

(2)

Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 00 01 11 85 or 11 88 or "claims-made" form CG 00 02; or

(3)

If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2).

4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured which is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its elected or appointed officials, employees, or agents. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, nonrenewed, reduced in coverage, or materially changed in coverage or limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this statement. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: Attn:

Name and title

Department

Company Address

City

( ) Telephone number

(

State

Zip Code

) Fax number

D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER (print/type name), warrant that I have authority to bind the I, below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City) TITLE:

DATE: ____________________________

ADDRESS: _______________________________________________________________________ PHONE NUMBER: _______________________

FAX NUMBER: _______________________

AUTO LIABILITY ENDORSEMENT CITY OF LONG BEACH 333 WEST OCEAN BLVD., LONG BEACH, CA 90802 A. POLICY INFORMATION ; Policy Number

1. Insurance Company 2. Policy Term (from)

(to)

; Endorsement Effective Date

3. Named Insured 4. Address of Named Insured 5. Limit of Liability* Any One Occurrence/Aggregate $ * Minimum $1,000,000 combined single limit per occurrence

6. Deductible of Self-Insured Retention (Nil unless otherwise specified): $ B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The City, its elected or appointed officials, employees, and agents are included as insureds with regard to damages and defense of claims arising from the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired, or borrowed by the Named Insured, regardless of whether liability is attributable to the Named Insured or a combination of the Named Insured and the City, its elected or appointed officials, employees, and agents. 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy shall: (a) be primary insurance as respects the City, its elected or appointed officials, employees, or agents; or (b) stand in an unbroken chain of coverage excess of the Named Insured's primary coverage. In either event, any other insurance maintained by the City, its elected or appointed officials, employees, or agents shall be in excess of this insurance and shall not contribute to it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1)

Insurance Services Office form number CA 00 01 06 92, Code 1 ("Any Auto") and endorsement CA 00 25.

(2)

If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1).

4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured which is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability.

5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its elected or appointed officials, employees, or agents. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, nonrenewed, reduced in coverage, or materially changed in coverage or limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this statement. C. INCIDENT AND CLAIM REPORTING PROCEDURE Attn:

Name and title

Department

Company Address

City

( ) Telephone number

(

State

Zip Code

) Fax number

D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City) TITLE:

DATE: ____________________________

ADDRESS: _______________________________________________________________________ PHONE NUMBER: _______________________

FAX NUMBER: _______________________

WORKER'S COMPENSATION/EMPLOYERS LIABILITY ENDORSEMENT CITY OF LONG BEACH 333 WEST OCEAN BLVD., LONG BEACH, CA 90802

A. POLICY INFORMATION 1. Insurance Company Policy Number 2. Effective date of this Endorsement

("the Company"); Expiration Date

3. Named Insured 4. Employer's Liability Limit*(Coverage B) $ * Minimum $1,000,000 per accident

B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, nonrenewed, reduced in coverage, or materially changed in coverage or limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this endorsement. 2. WAIVER OF SUBROGATION. The Insurance Company agrees to waive all rights of subrogation against the City, its elected or appointed officials, agents, and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the City. C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City) TITLE:

DATE: ____________________________

ADDRESS: _______________________________________________________________________ TELEPHONE: _________________________

FAX NUMBER: _________________________

EXCESS LIABILITY ENDORSEMENT CITY OF LONG BEACH 333 WEST OCEAN BLVD., LONG BEACH, CA 90802

A. POLICY INFORMATION 1. Insurance Company 2. Policy Term (from)

; Policy Number (to)

; Endorsement Effective Date

3. Named Insured 4. Address of Named Insured 5. Limit of Liability Any One Occurrence/Aggregate $ 6. Deductible of Self-Insured Retention (Nil unless otherwise specified): $ 7. Bodily Injury and Property Damage Coverage is: _________________________ "claims-made" _________________________ "occurrence" If claims-made, the retroactive date is _____________________. Note: The City's standard insurance requirements specify "occurrence" coverage. "Claims-made" coverage requires special approval. B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The City, its elected or appointed officials, employees, and agents are included as insureds with regard to damages and defense of claims arising from (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased, or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured for or on behalf of the City; or (b) products sold by the Named Insured to the City; or (c) premises leased by the Named Insure from the City, the insurance afforded by this policy shall be primary insurance as respects the City, its elected or appointed officials, employees, or agents; or stand in an unbroken chain of coverage excess of the Named Insured's schedule underlying primary coverage. In either event, any other insurance maintained by the City, its elected or appointed officials, employees or agents shall be in excess of this insurance and shall not contribute to it. 3. SCOPE OF COVERAGE. Affords coverage which is at least as broad as the primary insurance forms referenced in the preceding endorsements. 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured which is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability.

5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its elected or appointed officials, employees, or agents. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, nonrenwed, reduced in coverage, or materially changed in coverage or limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this statement. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: Attn:

Name and title

Department

Company Address

City

( ) Telephone number

(

State

Zip Code

) Fax number

D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon do so bind this company.

SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City) TITLE:

DATE: ____________________________

ADDRESS: _______________________________________________________________________ TELEPHONE: ________________________

FAX NUMBER: __________________________

DIVISION E FEDERAL, STATE & LOCAL REQUIREMENTS

ADDITIONAL REQUIREMENTS FROM FUNDING SOURCE Any Contract arising from this procurement process shall be funded in whole or in part from grants awarded under the Federal Emergency Management Agency U.S. Department of Homeland Security FY 2011 Urban Area Security Initiative (“UASI 2011”) (CFDA No. 97-067). Pursuant to said grants, the Awarded Consultant is required to comply with (and to incorporate into its agreements with any sub-consultants) the following provisions in the performance of the Contract, as applicable. ORDER OF PRECEDENCE - In the event of conflicts or discrepancies between these Federal grant funding provisions and any other Contract document, the Federal grant provisions shall take precedence. ACCESS TO CONTRACTOR’S RECORDS - The Awarded Vendor shall provide the City, the Office of State and Local Government Coordination and Preparedness, the Comptroller General of the United States, or any of their authorized representatives, access to any books, documents, papers, and records of the Awarded vendor which are directly pertinent to the work performed under the Contract for the purposes of making audit, examination, excerpts or transcriptions. AMERICANS WITH DISABILITIES ACT- The Awarded Vendor hereby certifies that it will comply, as applicable, with the Americans with Disabilities Act of 1990 (“ADA”), 42 USC §§ 12101 et seq., and its implementing regulations, including Subtitle A, Title II of the ADA. The Awarded Vendor will provide, as applicable, reasonable accommodations to allow qualified individuals with disabilities to have access to and to participate in its programs, services and activities in accordance with the provisions of the ADA. The Awarded Vendor will not discriminate against persons with disabilities or against persons due to their relationship to or association with a person with a disability. Any contract entered into by the Awarded Vendor (or any subcontract thereof), relating to this Agreement, shall be subject to the provisions of this paragraph. COMPLIANCE WITH CONTRACT WORK HOURS AND SAFETY STANDARDS ACT – The Awarded Vendor shall comply with the requirements of §§ 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C §§ 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). COMPLIANCE WITH COPELAND “ANTI-KICKBACK” ACT – The Awarded Vendor shall comply with the requirements of the Copeland “Anti-Kickback” Act (18 U.S.C. § 874) as supplemented in the Department of Labor regulations (29 CFR Part 3). COMPLIANCE WITH DAVIS-BACON ACT – The Awarded Vendor shall comply with the requirements of the Davis-Bacon ACT (40 U.S.C. §§ 276 to 276-a7) as supplemented by Department of Labor regulations (29 CFR Part 5) where applicable and shall provide the City with all applicable payroll records on a weekly basis.

COPYRIGHT - The Awarded Vendor acknowledges the existence of requirements and regulations of the awarding Federal agency relating to copyrights and right in data, including, but not limited to those set forth in 44 CFR Part 13.34 which states: “The Federal awarding agency reserves royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for Federal Government purposes: (a) The copyright in any work developed under a grant, subgrant, or contract under a grant or subgrant; and (b) Any rights of copyright to which a grantee, subgrantee or a contractor purchases ownership with grant support.” The Awarded Vendor shall comply with 25 CFR 85.34 DEBARMENT and SUSPENSION - In accordance with Executive Orders 12549 and 12689 concerning suspension and debarment, contracts must prohibit contractors from awarding any subcontract to persons (individuals or organizations) listed as having an active exclusion of the Federal System for Awards Management Database (www.sam.gov). DRUG-FREE WORKPLACE - The Awarded Vendor hereby certifies that it shall provide or shall continue to provide a drug-free workplace as required by the Drug-Free Workplace Act of 1988 (41 U.S.C. § 701), and implemented at 44 CFR Part 17. ENERGY EFFICIENCY - The Awarded Vendor shall comply with all mandatory standards and policies relating to energy efficiency that are contained in the State of California’s energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L.94-163, 89 Stat. 871). ENVIRONMENTAL LEGISLATION - The Awarded Vendor shall comply with all applicable standards, orders or requirements issued under § 306 of the Clean Air Act (42 U.S.C. 1857 (h)), § 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15). MINORITY, WOMEN, AND OTHER BUSINESS ENTERPRISE OUTREACH – In accordance with CalOES/Grantor directives, as applicable, firms who represent small business enterprises (SBEs), minority business enterprises (MBEs) and women business enterprises (WBEs) are encouraged to participate in competition for this opportunity. Any such enterprise shall include the appropriate SBE/MBE/WBE certification along with its proposal. The Awarded Vendor agrees that, to the extent contractors or subcontractors are utilized, the Awarded Vendors shall use small, minority, women-owned, or disadvantaged business concerns and contractors or subcontractors to the extent practicable and shall take the affirmative steps as set forth in 44 CFR §13.36(e). NATIONAL PRESERVATION ACTS -The Awarded Vendor shall assist City (if necessary) in assuring compliance with § 106 of the National Historic Preservation Act of 1966 (16 U.S.C. § 470), Executive Order 11593 (identification and protection of historic properties), the Archeological and Historical Preservation Act of 1974 (16 U.S.C.

§ 469 a-1 et seq.), and the National Environmental Policy Act of 1969 (42 U.S.C. § 4321) NONDISCRIMINATION; EQUAL EMPLOYMENT OPPORTUNITY - The Awarded Vendor hereby assures the City that in performing its obligations pursuant to the Contract, it will comply with all applicable nondiscrimination requirements as set forth in 44 CFR Part 13.36. In addition, the Awarded Vendor shall comply with Executive Order 11246 of September 24, 1965, entitled “Equal Opportunity Employment,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60), and where applicable to the nondiscrimination provisions of the Omnibus Crime Control and Safe Street Acts of 1968 (42 U.S.C. § 3789d), the Victims of Crimes Act (42 U.S.C. § 10604(e)), the Juvenile Justice and Delinquency Prevention Act (42 U.S.C. § 5672(b)), the Civil Rights Act of 1964 (42 U.S.C. § 2000d), the Rehabilitation Act of 1973 (29 U.S.C. § 794), the Americans with Disabilities Act of 1990 (42 U.S.C. §§ 12131-34), the Education Amendments of 1972 (20 U.S.C. §§ 1681, 1683, 1685-86), and the Age Discrimination Act of 1975 (42 U.S.C. §§ 6101-07), see Executive Order 13279 (equal protection of the laws for faith-based and community organizations). This provision must be incorporated by Awarded Vendor into any subcontract exceeding $10,000. PATENT RIGHTS - The Awarded Vendor acknowledges the existence of requirements and regulations of the awarding Federal agency relating to patent rights with respect to any discovery or invention which arises or is developed in the course or under this Contract, including, but not limited to those regulations and requirements set forth in 44 CFR Part 13.36. Any discovery or invention that arises during the course of this Contract shall be immediately reported to the Department’s project management team. The awarding Federal agency shall determine how rights in the invention/discovery shall be allocated consistent with “Government Patent Policy” and 37 CFR Part 401. PAYMENTS, REPORTS, RECORDS, RETENTION AND ENFORCEMENT - The Awarded Vendor acknowledges the requirements and regulations set forth in 44 CFR Parts 13.36 through 13.42 and 49 CFR Part 18 and agrees to cooperate with the City in order to allow the City to comply with said requirements. The Awarded Vendor shall retain all of its records relating to the project for a period of five (5) years after City makes final payment to the Awarded Vendor and all other pending matters are closed. PUBLICATIONS – All publications created and/or published with funding under any contract arising from this RFP shall prominently contain the following statement: “This document was prepared under a grant from FEMA’s Grant Programs Directorate, U.S. Department of Homeland Security. Points of view or opinions in this document are those of the author(s) and do not necessarily represent the official position or policies of FEMA’s Grant Programs Directorate or the U.S. Department of Homeland Security.” RIGHTS TO DATA – The Grantor and the City shall have unlimited rights or copyright license to any data first produced or delivered under this Agreement. “Unlimited rights” means the right to use, disclose, reproduce, prepare derivative works, distribute copies

to the public and perform and display publicly, or permit others to do so; as required by 48 CFR 27.401. Where the data are not first produces under this Contract or are published copyrighted data with the notice of 17 U.S.C § 401 or 402, the Grantor acquires the data under copyright license as set forth in 48 CFR 27.404(f)(2) instead of unlimited rights (4 CFR 27.404(a)). RIGHTS TO USE INVENTIONS – City and all grantors and/or awarding Federal Agency shall have an unencumbered right, and a non-exclusive, irrevocable, royalty –free license, to use, manufacture, improve upon and all others to do so for all governmental purposes, any Invention developed under the Contract.

Page 1 of 24 General Decision Number: CA130033 10/04/2013

CA33

Superseded General Decision Number: CA20120033 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway

County: Los Angeles County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS

Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

Publication Date 01/04/2013 01/11/2013 03/01/2013 03/08/2013 03/22/2013 04/12/2013 05/10/2013 05/31/2013 07/05/2013 07/19/2013 08/09/2013 08/23/2013 08/30/2013 09/06/2013 09/13/2013 09/20/2013 09/27/2013 10/04/2013

ASBE0005-002 07/01/2013 Rates

Fringes

Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 34.51 18.55 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 24.34 16.09 ---------------------------------------------------------------ASBE0005-004 06/24/2013 Rates

Fringes

Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 2 of 24 mechanical systems, whether they contain asbestos or not)....$ 16.95 10.23 ---------------------------------------------------------------BOIL0092-003 10/01/2012 Rates

Fringes

BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------* BRCA0004-007 05/01/2013 Rates

Fringes

BRICKLAYER; MARBLE SETTER........$ 37.16

12.85

*The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------BRCA0018-004 06/01/2012 Rates

Fringes

MARBLE FINISHER..................$ 27.04 10.66 TILE FINISHER....................$ 22.37 9.19 TILE LAYER.......................$ 33.55 13.55 ---------------------------------------------------------------* BRCA0018-010 09/01/2011 Rates

Fringes

TERRAZZO FINISHER................$ 26.59 9.62 TERRAZZO WORKER/SETTER...........$ 33.63 10.46 ---------------------------------------------------------------CARP0409-001 07/01/2010 Rates CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ (2) Millwright..............$ (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ (4) Pneumatic Nailer, Power Stapler...............$ (5) Sawfiler...............$ (6) Scaffold Builder.......$ (7) Table Power Saw Operator....................$

Fringes

37.35 37.85

11.08 11.08

37.48

11.08

37.60 37.44 28.55

11.08 11.08 11.08

37.45

11.08

FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 3 of 24 substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------CARP0409-002 07/01/2008 Rates Diver (1) (2) (3) (4)

Wet.....................$ Standby.................$ Tender..................$ Assistant Tender........$

Fringes

663.68 331.84 323.84 299.84

9.82 9.82 9.82 9.82

Amounts in "Rates' column are per day ---------------------------------------------------------------CARP0409-005 07/01/2010 Rates

Fringes

Drywall DRYWALL INSTALLER/LATHER....$ 37.35 11.08 STOCKER/SCRAPPER............$ 10.00 6.67 ---------------------------------------------------------------CARP0409-008 08/01/2010 Rates

Fringes

Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------ELEC0011-004 07/29/2013 Rates

Fringes

ELECTRICIAN (INSIDE ELECTRICAL WORK) Journeyman Electrician......$ 38.60 ELECTRICIAN (INTELLIGENT TRANSPORTATION SYSTEMS Street Lighting, Traffic Signals, CCTV,and Underground Systems) Journeyman Transportation Electrician.................$ 38.35 Technician..................$ 28.76

24.73

24.97 24.68

FOOT NOTE: CABLE SPLICER & INSTRUMENT PERSON: Recieve 5% additional per hour above Journeyman Electrician basic hourly rate. TUNNEL WORK: 10% additional per hour. SCOPE OF WORK -

TRANSPORTATION SYSTEMS

ELECTRICIAN: Installation of street lights and traffic signals,including electrical circuitry, programmable controllers, pedestal-mounted electrical meter enclosures and laying of pre-assembled multi-conductor cable in ducts, layout of electrical systems and communication installation, including proper position of trench depths and radius at duct banks, location for man holes, pull boxes, street lights and traffic signals. Installation of underground ducts for electrical,telephone, cable television and communication systems. Pulling,termination and splicing of traffic signal and street lighting conductors and electrical systems including interconnect,detector loop,

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 4 of 24 fiber optic cable and video/cable. TECHNICIAN: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and communication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, detector loop, fiber optic cable and video/data. ---------------------------------------------------------------* ELEC0011-005 11/26/2012 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems)

Rates

Fringes

Communications System Installer...................$ 27.25 Technician..................$ 29.05

12.25 12.30

SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background-Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low-Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems-installation, wire pulling and testing. D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 5 of 24 *Fire Alarm Systems 1. Fire Alarms-In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. 2. Fire Alarms-Open Wire Systems: installed by the Technician. ---------------------------------------------------------------ELEC1245-001 06/01/2012 Rates LINE CONSTRUCTION (1) Lineman; Cable splicer..$ (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ (3) Groundman...............$ (4) Powderman...............$

Fringes

48.95

14.05

39.09 29.91 43.71

12.97 12.70 13.15

HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------ELEV0018-001 01/01/2013 Rates ELEVATOR MECHANIC................$ 48.23

Fringes 25.185

FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------* ENGI0012-003 08/26/2013 Rates OPERATOR: (All Other GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP

Power Equipment Work) 1....................$ 2....................$ 3....................$ 4....................$ 5....................$ 6....................$ 8....................$ 9....................$ 10....................$ 11....................$ 12....................$ 13....................$ 14....................$ 15....................$ 16....................$

Fringes

38.20 38.98 39.27 40.76 41.86 40.98 41.09 42.19 41.21 42.31 41.38 41.48 41.51 41.59 41.71

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10

10/16/2013

Page 6 of 24 GROUP 17....................$ GROUP 18....................$ GROUP 19....................$ GROUP 20....................$ GROUP 21....................$ GROUP 22....................$ GROUP 23....................$ GROUP 24....................$ GROUP 25....................$ OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ GROUP 2....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5....................$ GROUP 6....................$ GROUP 7....................$ GROUP 8....................$ GROUP 9....................$ GROUP 10....................$ GROUP 11....................$ GROUP 12....................$ GROUP 13....................$ OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ GROUP 2....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5....................$ GROUP 6....................$ GROUP 7....................$

41.88 41.98 42.09 42.21 42.38 42.48 42.59 42.71 42.88

21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10

39.55 40.33 40.62 40.76 40.98 41.09 41.21 41.38 41.55 42.55 43.55 44.55 45.55

21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10 21.10

40.05 40.83 41.12 41.26 41.48 41.59 41.71

21.10 21.10 21.10 21.10 21.10 21.10 21.10

PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd.

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 7 of 24 without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 8 of 24 or similar types - Texoma 700, 800 auger or similar types drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Selfpropelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine);

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 9 of 24 Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units multiple engine, Euclid, Caterpillar and similar type, over

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 10 of 24 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator;

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 11 of 24 Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7:

Tunnel mole boring machine operator

ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 12 of 24 portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 13 of 24 West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM.

$2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE

---------------------------------------------------------------ENGI0012-004 08/01/2012 Rates

Fringes

OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 45.40 20.00 (2) Dredge dozer............$ 40.93 20.00 (3) Deckmate................$ 40.82 20.00 (4) Winch operator (stern winch on dredge)............$ 40.27 20.00 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 39.73 20.00 (6) Barge Mate..............$ 40.34 20.00 ---------------------------------------------------------------IRON0377-002 07/01/2013 Rates

Fringes

Ironworkers: Fence Erector...............$ 26.58 Ornamental, Reinforcing

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

17.74

10/16/2013

Page 14 of 24 and Structural..............$ 33.00

26.30

PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock

---------------------------------------------------------------LABO0300-001 07/01/2013 Rates

Fringes

Brick Tender.....................$ 28.37 15.78 ---------------------------------------------------------------LABO0300-003 07/01/2013 Rates LABORER (TUNNEL) GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ LABORER GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ GROUP 5.....................$

Fringes

34.84 35.16 35.62 36.31

16.02 16.02 16.02 16.02

28.99 29.54 30.09 31.64 31.99

16.02 16.02 16.02 16.02 16.02

LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 15 of 24 GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 16 of 24 core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Bull Changehouse person; Concrete crew, spreader; Dump person; Dump person (brake person and switch person on materials handling person

gang mucker, track person; including rodder and (outside); Swamper tunnel work); Tunnel

GROUP 2: Chucktender, cabletender; agitator cars; Nipper; Pot tender, materials (for example, but not by shotcrete, etc.); Vibrator person, tools (except driller)

Loading and unloading using mastic or other way of limitation, jack hammer, pneumatic

GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------LABO0300-005 01/01/2013 Rates

Fringes

Asbestos Removal Laborer.........$ 27.35

14.95

SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------LABO0345-001 07/01/2013 Rates

Fringes

LABORER (GUNITE) GROUP 1.....................$ 33.04 GROUP 2.....................$ 32.09 GROUP 3.....................$ 28.55

17.86 17.86 17.86

FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 17 of 24 work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------LABO1184-001 07/01/2013 Rates Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ (2) Vehicle Operator/Hauler.$ (3) Horizontal Directional Drill Operator..............$ (4) Electronic Tracking Locator.....................$ Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$

Fringes

30.11 30.28

11.83 11.83

32.13

11.83

34.13

11.83

31.06 32.36 34.37 36.11

14.53 14.53 14.53 14.53

LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 18 of 24 ---------------------------------------------------------------LABO1414-001 08/07/2013 Rates

Fringes

LABORER PLASTER CLEAN-UP LABORER....$ 27.45 PLASTER TENDER..............$ 30.00

16.36 16.36

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------PAIN0036-001 07/01/2013 Rates

Fringes

Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County)...............$ 26.49 (2) All Other Work..........$ 29.82

11.73 11.73

REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------PAIN0036-006 01/01/2013 Rates

Fringes

DRYWALL FINISHER/TAPER Antelope Valley North of the following Boundary: Kern County Line to Hwy. #5, South of Hwy. #5 to Hwy. N2, East on N2 to Palmdale Blvd., to Hsy. #14, South to Hwy. #18, East to Hwy. #395...........$ 29.19 14.81 Remainder of Los Angeles County......................$ 33.22 14.81 ---------------------------------------------------------------PAIN0036-015 06/01/2012 Rates

Fringes

GLAZIER..........................$ 38.95

19.83

FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------PAIN1247-002 09/01/2013 Rates

Fringes

SOFT FLOOR LAYER.................$ 30.85 10.49 ---------------------------------------------------------------* PLAS0200-009 08/07/2013 Rates

Fringes

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 19 of 24 PLASTERER........................$ 36.11 13.13 ---------------------------------------------------------------PLAS0500-002 07/01/2013 Rates

Fringes

CEMENT MASON/CONCRETE FINISHER...$ 30.85 21.00 ---------------------------------------------------------------PLUM0016-001 07/01/2013 Rates

Fringes

PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 43.60 20.16 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space.................$ 42.26 19.18 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 34.11 17.51 ---------------------------------------------------------------PLUM0345-001 07/01/2013 Rates

Fringes

PLUMBER Landscape/Irrigation Fitter.$ 27.85 18.81 Sewer & Storm Drain Work....$ 32.50 16.93 ---------------------------------------------------------------ROOF0036-002 08/01/2012 Rates

Fringes

ROOFER...........................$ 34.65

11.38

FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------SFCA0669-013 07/01/2013 DOES NOT INCLUDE THE CITY OF POMONA, CATALINA ISLAND, AND THAT PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES:

Rates

Fringes

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 20 of 24 SPRINKLER FITTER.................$ 34.19 19.37 ---------------------------------------------------------------SFCA0709-005 01/01/2013 THE CITY OF POMOMA, CATALINA ISLAND, AND THAT PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES:

Rates

Fringes

SPRINKLER FITTER (Fire)..........$ 40.41 23.77 ---------------------------------------------------------------SHEE0105-002 07/01/2013 LOS ANGELES (South of a straight line between gorman and Big Pines including Catalina Island)

Rates

Fringes

SHEET METAL WORKER (1) Light Commercial: Work on general sheet metal and heating and AC up to 4000 sq ft.......................$ 24.44 8.15 (2) Modernization : Excluding New Construction - Under 5000 sq. ft. Does not include modification, upgrades, energy management, or conservation improvements of central heating and AC equpment....................$ 40.74 22.23 ---------------------------------------------------------------SHEE0105-003 07/01/2013 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES

Rates

Fringes

SHEET METAL WORKER (1) Commercial - New Construction and Remodel work........................$ 40.74 22.23 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort...$ 40.74 22.23 ---------------------------------------------------------------SHEE0105-004 07/01/2013 KERN (Excluding portion East of Hwy 395) & LOS ANGELES (North of a straight line drawn between Gorman and Big Pines including Cities of Lancaster and Palmdale) COUNTIES

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 21 of 24 Rates

Fringes

SHEET METAL WORKER...............$ 31.38 21.44 ---------------------------------------------------------------TEAM0011-002 07/01/2013 Rates TRUCK DRIVER GROUP 1....................$ GROUP 2....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5....................$ GROUP 6....................$ GROUP 7....................$ GROUP 8....................$ GROUP 9....................$ GROUP 10....................$ GROUP 11....................$ GROUP 12....................$

Fringes

27.59 27.74 27.87 28.06 28.09 28.12 28.37 28.62 28.82 29.12 29.62 30.05

22.69 22.69 22.69 22.69 22.69 22.69 22.69 22.69 22.69 22.69 22.69 22.69

WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB]

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 22 of 24 or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union.

Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January.

Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 23 of 24 include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted.

---------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * * * *

an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Page 24 of 24 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

http://www.wdol.gov/wdol/scafiles/davisbacon/CA33.dvb?v=17

10/16/2013

Equal Benefits Ordinance: Bidders are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Long Beach Municipal Code Section 2.73 et seq., the Equal Benefits Ordinance. Bidders shall refer to Division C for further information regarding the requirements of the Ordinance. All Bidders shall complete and return, with their bid, the Equal Benefits Ordinance Compliance form contained in Division C. Unless otherwise specified in this procurement package, Bidders do not need to submit supporting documentation with their bids. However, supporting documentation verifying that the benefits are provided equally shall be required if the Bidder is selected for award of a contract.

EBO Bid/RFP Language (1/10)

DIVISION F PERMITS & ATTACHMENTS

U.S. Department of Transportation Federal Aviation Administration Subject: Operational Safety on Airports During Construction

Advisory Circular Date: 9/29/11 Initiated by: AAS-100

AC No: 150/5370-2F

1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, “Policies, Standards, and Specifications,” and PFC Assurance No. 9, “Standard and Specifications.” While we do not require non-certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents.

Michael J. O’Donnell Director of Airport Safety and Standards

AC 150/5370-2F

September 29, 2011

Intentionally Left Blank

ii

September 29, 2011

AC 150/5370-2F

Table of Contents Chapter 1. Planning an Airfield Construction Project 101. Overview. 102. Plan for Safety. 103. Develop a Construction Safety and Phasing Plan (CSPP). 104. Who Is Responsible for Safety During Construction? Chapter 2. Construction Safety and Phasing Plans 201. Overview. 202. Assume Responsibility. 203. Submit the CSPP. 204. Meet CSPP Requirements. 205. Coordination. 206. Phasing. 207. Areas and Operations Affected by Construction Activity. 208. Navigation Aid (NAVAID) Protection. 209. Contractor Access. 210. Wildlife Management. 211. Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. 213. Notification of Construction Activities. 214. Inspection Requirements. 215. Underground Utilities. 216. Penalties. 217. Special Conditions. 218. Runway and Taxiway Visual Aids. 219. Marking and Signs for Access Routes. 220. Hazard Marking, Lighting and Signing. 221. Protection of Runway and Taxiway Safety Areas. 222. Other Limitations on Construction. Chapter 3. Guidelines for Writing a CSPP 301. General Requirements. 302. Applicability of Subjects. 303. Graphical Representations. 304. Reference Documents. 305. Restrictions. 306. Coordination. 307. Phasing. 308. Areas and Operations Affected By Construction. 309. Navigation Aid (NAVAID) Protection. 310. Contractor Access. 311. Wildlife Management. 312. Foreign Object Debris (FOD) Management. 313. Hazardous Materials (HAZMAT) Management. 314. Notification of Construction Activities. 315. Inspection Requirements. 316. Underground Utilities. 317. Penalties. 318. Special Conditions. 319. Runway and Taxiway Visual Aids. 320. Marking and Signs for Access Routes. 321. Hazard Marking and Lighting. 322. Protection of Runway and Taxiway Safety Areas. 323. Other Limitations on Construction. Appendix 1. Related Reading Material

iii

1 1 1 2 3 7 7 7 7 7 11 11 12 13 13 15 16 16 16 17 17 17 17 18 24 24 26 28 31 31 31 31 31 31 31 32 32 33 33 34 34 34 35 35 35 35 35 35 36 36 36 36 37

AC 150/5370-2F Appendix 2. Appendix 3. Appendix 4.

September 29, 2011

Definition of Terms Safety and Phasing Plan Checklist Construction Project Daily Safety Inspection Checklist

39 43 51

List of Tables Table 3-1 Sample Operations Effects ......................................................................................................... 32

List of Figures Figure 2-1 Markings for a Temporarily Closed Runway ............................................................................ 19 Figure 2-2 Taxiway Closure ....................................................................................................................... 20 Figure 2-3 Lighted X in Daytime ................................................................................................................ 22 Figure 2-4 Lighted X at Night..................................................................................................................... 22 Figure 2-5 Interlocking Barricades ............................................................................................................. 25 Figure 2-6 Low Profile Barricades.............................................................................................................. 25

iv

September 29, 2011

AC 150/5370-2F Chapter 1. Planning an Airfield Construction Project

101. Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport’s operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Reference Code (ACRC) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport’s most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways,

1

1

Taxiway Design Group will be introduced in AC 150/5300-13A.

Chapter 1 Planning an Airfield Construction Project

AC 150/5370-2F

September 29, 2011

and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project “scope development” phase of any project requiring a CSPP. (2)

Provide documents identified by the FAA as necessary to conduct SRM.

(3)

Participate in the SRM process for airport projects.

(4)

Provide a representative to participate on the SRM panel.

(5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Requirements. A CSPP must be developed for each on-airfield construction project funded by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line-of-sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA’s Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor’s points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice-to-proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications.

Chapter 1 Planning an Airfield Construction Project

2

September 29, 2011

AC 150/5370-2F

c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 104.

Who Is Responsible for Safety During Construction?

a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport’s consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. b. Assess Airport Operator’s Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. (Note “FAA” refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. (6) Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD.

3

Chapter 1 Planning an Airfield Construction Project

AC 150/5370-2F

September 29, 2011

(9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. (10)

At certificated airports, ensure each CSPP and SPCD is consistent with Part 139.

(11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low-visibility operations). (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor’s Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport’s operational safety and will require a revision to the CSPP and SPCD and recoordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor’s on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be onsite whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project

4

September 29, 2011

AC 150/5370-2F

(6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant’s Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: (1) Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor’s on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be onsite whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency.

5

Chapter 1 Planning an Airfield Construction Project

AC 150/5370-2F

September 29, 2011

Intentionally Left Blank

Chapter 1 Planning an Airfield Construction Project

6

September 29, 2011

AC 150/5370-2F Chapter 2. Construction Safety and Phasing Plans

Section 1. Basic Considerations 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator’s Construction Safety and Phasing Plan (CSPP) and the contractor’s Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator’s responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator’s responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA’s Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. b. Submit a Construction Safety and Phasing Plan (CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80% to 90% complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204.

Meet CSPP Requirements.

a. To the extent possible, the CSPP should address the following as outlined in Section 2, Plan Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. (1) 7

Coordination. Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

(2)

(3)

September 29, 2011

(a)

Contractor progress meetings.

(b)

Scope or schedule changes.

(c)

FAA ATO coordination.

Phasing. (a)

Phase elements.

(b)

Construction safety drawings

Areas and operations affected by the construction activity. (a)

Identification of affected areas.

(b)

Mitigation of effects.

(4)

Protection of navigation aids (NAVAIDs).

(5)

Contractor access.

(6)

(a)

Location of stockpiled construction materials.

(b)

Vehicle and pedestrian operations.

Wildlife management. (a)

Trash.

(b)

Standing water.

(c)

Tall grass and seeds.

(d)

Poorly maintained fencing and gates.

(e)

Disruption of existing wildlife habitat.

(7)

Foreign Object Debris (FOD) management.

(8)

Hazardous materials (HAZMAT) management

(9)

Notification of construction activities.

(10)

(a)

Maintenance of a list of responsible representatives/ points of contact.

(b)

Notices to Airmen (NOTAM).

(c)

Emergency notification procedures.

(d)

Coordination with ARFF Personnel.

(e)

Notification to the FAA.

Inspection requirements. (a)

Daily (or more frequent) inspections.

(b)

Final inspections.

(11)

Underground utilities.

(12)

Penalties.

(13)

Special conditions.

(14)

Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs.

Chapter 2 Construction Safety and Phasing Plans

8

September 29, 2011

AC 150/5370-2F

(a)

General.

(b)

Markings.

(c)

Lighting and visual NAVAIDs.

(d)

Signs.

(15)

Marking and signs for access routes.

(16)

Hazard marking and lighting. (a)

Purpose.

(b)

Equipment.

(17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces

(18)

(a)

Runway Safety Area (RSA).

(b)

Runway Object Free Area (ROFA).

(c)

Taxiway Safety Area (TSA).

(d)

Taxiway Object Free Area (TOFA).

(e)

Obstacle Free Zone (OFZ).

(f)

Runway approach/departure surfaces.

Other limitations on construction. (a)

Prohibitions.

(b)

Restrictions.

b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, “I , Name of Contractor , have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:”). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, “No supplemental information,” should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2)

Phasing. Discuss proposed construction schedule elements, including: (a)

Duration of each phase.

(b)

Daily start and finish of construction, including “night only” construction.

(c)

Duration of construction activities during: (i)

Normal runway operations.

(ii) Closed runway operations. 9

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011 (iii) Modified runway “Aircraft Reference Code” usage.

(3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) NAVAIDs. (5)

Protection of NAVAIDs. Discuss specific methods proposed to protect operating Contractor access. Provide the following:

Details on how the contractor will maintain the integrity of the airport security (a) fence (gate guards, daily log of construction personnel, and other). requested).

(b)

Listing of individuals requiring driver training (for certificated airports and as

(c)

Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor’s designated person by

radio. (d) (6)

Details on how the contractor will escort material delivery vehicles.

Wildlife management. Discuss the following: (a)

Methods and procedures to prevent wildlife attraction.

(b)

Wildlife reporting procedures.

(7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9)

Notification of construction activities. Provide the following: (a)

Contractor points of contact.

(b)

Contractor emergency contact.

(c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d)

Batch plant details, including 7460-1 submittal.

(10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) the SPCD. CSPP.

(13)

Penalties. Penalties should be identified in the CSPP and should not require an entry in Special conditions. Discuss proposed actions for each special condition identified in the

(14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans

10

September 29, 2011

AC 150/5370-2F

(a)

Equipment and methods for covering signage and airfield lights.

(b)

Equipment and methods for temporary closure markings (paint, fabric, other).

(c)

Types of temporary Visual Guidance Slope Indicators (VGSI).

(15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a)

Equipment and methods for maintaining Taxiway Safety Area standards.

(b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD.

Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: 

11

Areas closed to aircraft operations

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F           

September 29, 2011

Duration of closures Taxi routes ARFF access routes Construction staging areas Construction access and haul routes Impacts to NAVAIDs Lighting and marking changes Available runway length Declared distances (if applicable) Required hazard marking and lighting Lead times for required notifications

b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre-meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take-off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2)

Closing of Aircraft Rescue and Fire Fighting access routes.

(3)

Closing of access routes used by airport and airline support vehicles.

(4)

Interruption of utilities, including water supplies for fire fighting.

(5)

Approach/departure surfaces affected by heights of objects.

(6) helipads.

Construction areas, storage areas, and access routes near runways, taxiways, aprons, or

b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1)

Temporary changes to runway and/or taxi operations.

(2)

Detours for ARFF and other airport vehicles.

Chapter 2 Construction Safety and Phasing Plans

12

September 29, 2011

AC 150/5370-2F

(3)

Maintenance of essential utilities.

(4)

Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO.

208. Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3) below.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the “critical area” associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by 13

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

construction personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) below for further information. (3) Access and haul roads. Determine the construction contractor’s access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. (6)

Required escorts.

(7) Training requirements for vehicle drivers to ensure compliance with the airport operator’s vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9)

Two-way radio communication procedures.

(a) General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT MULTICOM.

(iii) Common Traffic Advisory Frequency (CTAF), which may include UNICOM,

(iv) Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and “shortened” runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport.

Chapter 2 Construction Safety and Phasing Plans

14

September 29, 2011

AC 150/5370-2F

(c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d)

Proper radio usage, including read back requirements.

(e)

Proper phraseology, including the International Phonetic Alphabet.

(f) Light gun signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard “Ground Vehicle Guide to Airport Signs and Markings.” This safety placard may be downloaded through the Runway Safety Program Web site at http://www.faa.gov/airports/ runway_safety/publications/ (See “Signs & Markings Vehicle Dashboard Sticker”.) or obtained from the FAA Airports Regional Office. (10)

Maintenance of the secured area of the airport, including:

(a) Fencing and gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit “piggybacking” behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. (b)

Badging requirements.

(c) Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 210. Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator’s wildlife hazard management plan, if applicable. See also AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 15

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires:   

The deactivation and subsequent reactivation of water lines or fire hydrants, or The rerouting, blocking and restoration of emergency access routes, or The use of hazardous materials on the airfield.

e. Notification to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans

16

September 29, 2011

AC 150/5370-2F

parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. (2) Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency (short-notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of more than 24 hours, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. (b)

FAA owned.

(i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the airport operator.) (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. 214.

Inspection Requirements.

a. Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self-Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that “One Call” or “Miss Utility” services do not include FAA ATO/Technical Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. 17

Special Conditions. The CSPP must detail any special conditions that affect the operation of the Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

airport and will require the activation of any special procedures (for example, low-visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1)

Closed Runways and Taxiways.

(a) Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m) intervals.

Chapter 2 Construction Safety and Phasing Plans

18

September 29, 2011

AC 150/5370-2F

(b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates.

Figure 2-1 Markings for a Temporarily Closed Runway Partially Closed Runways and Displaced Thresholds. When threshold markings (c) are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1.

19

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F (d)

September 29, 2011 Taxiways.

(i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates.

R E M O V E L E A D -O N C E N T E R L IN E IF " X " I S N O T IN S T A L L E D

T A X IW A Y C L O S U R E MARKER

RSA

BOUNDARY

C LO SED T A X IW A Y

L O W P R O F IL E B A R R I C A D E W IT H FLAS H ER S TSA

BOUNDARY

Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) runways as closed.

Temporarily Closed Airport. When the airport is closed temporarily, mark all the

Chapter 2 Construction Safety and Phasing Plans

20

September 29, 2011

AC 150/5370-2F

(i) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (ii) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (iii) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on-pavement markings. If the markings are not discernable on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (iv) The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, “Runway and Taxiway Painting,” in AC 150/5370-10), but the dimensions must meet the existing standards. (f) Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (2) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits.

21

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

(3) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night.

Figure 2-3 Lighted X in Daytime

Figure 2-4 Lighted X at Night (4) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or

Chapter 2 Construction Safety and Phasing Plans

22

September 29, 2011

AC 150/5370-2F

taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non-certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in (7.6 cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. (g) Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. (h) Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. (i)

Issue a NOTAM to inform pilots of temporary lighting conditions.

(5) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), 23

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

cover the light fixture in such a way as to prevent light leakage. c. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220.

Hazard Marking, Lighting and Signing.

a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) necessary.

Supplement barricades with signs (for example “No Entry,” “No Vehicles”) as

(4) Air Operations Area – General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and Chapter 2 Construction Safety and Phasing Plans

24

September 29, 2011

AC 150/5370-2F

white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags.

Figure 2-5 Interlocking Barricades

Figure 2-6 Low Profile Barricades Air Operations Area – Runway/Taxiway Intersections. Use highly reflective (5) barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) 25

Air Operations Area – Other. Beyond runway and taxiway object free areas and Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. (7) Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person’s information with the airport operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4)

Excavations.

(a) Open trenches or excavations are not permitted within the RSA while the runway is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft.

Chapter 2 Construction Safety and Phasing Plans

26

September 29, 2011

AC 150/5370-2F

b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. (4)

Excavations.

(a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions:

27

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F (a) (b) are implemented.

September 29, 2011 Appropriate NOTAMs are issued. Marking and lighting meeting the provisions of paragraphs 218 and 220 above

(c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. f. Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, “Threshold Siting Requirements,” of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non-towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds. : Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3)

No use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property.

Chapter 2 Construction Safety and Phasing Plans

28

September 29, 2011

AC 150/5370-2F

See AC 150/5370-10. (4)

No use of flare pots within the AOA.

b. Restrictions.

29

(1)

Construction suspension required during specific airport operations.

(2)

Areas that cannot be worked on simultaneously.

(3)

Day or night construction restrictions.

(4)

Seasonal construction restrictions.

Chapter 2 Construction Safety and Phasing Plans

AC 150/5370-2F

September 29, 2011

Intentionally Left Blank

Chapter 2 Construction Safety and Phasing Plans

30

September 29, 2011

AC 150/5370-2F Chapter 3. Guidelines for Writing a CSPP

301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: “The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings.” All other applicable sections should include a reference to Section 11: “ILS cables shall be identified and protected as described in Section 11” or “See Section 11 for ILS cable identification and protection requirements.” Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. 305. Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent (“as-built”) features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections.

31

Chapter 3 Guidelines for Writing a CSPP

AC 150/5370-2F

September 29, 2011

307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Project

Runway 15-33 Reconstruction

Phase

Phase II: Reconstruct Runway 15 End

Scope of Work

Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete (PCC).

Operational Requirements

Normal (Existing)

Phase II (Anticipated)

Runway 15 Average Aircraft Operations

Carrier: 52 /day GA: 26 /day Military: 11 /day

Carrier: 52 / day GA: 20 / day Military: 0 /day

Runway 33 Average Aircraft Operations

Carrier: 40 /day GA: 18 /day Military: 10 /day

Carrier: 20 /day GA: 5 /day Military: 0 /day

Runway 15-33 ARC

C-IV

C-IV

Runway 15 Approach Visibility Minimums

¾ mile

1 mile

Runway 33 Approach Visibility Minimums

¾ mile

1 mile

TORA: 7,820

TORA: 6,420

TODA: 7,820

TODA: 6,420

ASDA: 7,820

ASDA: 6,420

LDA: 7,820

LDA: 6,420

TORA: 8,320

TORA: 6,920

TODA: 8,320

TODA: 6,920

ASDA: 8,320

ASDA: 6,920

LDA: 7,820

LDA: 6,420

ILS

LOC only

RNAV

N/A

VOR

N/A

ILS

Visual only

RNAV

N/A

VOR

N/A

ILS/DME, MALSR, RVR

LOC/DME, PAPI (temp), RVR

Runway 15 Declared Distances

Runway 33 Declared Distances

Runway 15 Approach Procedures

Runway 33 Approach Procedures Runway 15 NAVAIDs

Chapter 3 Guidelines for Writing a CSPP

32

September 29, 2011

AC 150/5370-2F

Runway 33 NAVAIDs

ILS/DME, MALSF, PAPI, RVR

MALSF, PAPI, RVR

Taxiway G ADG

IV

IV (N/A between T/W H and R/W 15 end)

Taxiway E ADG

IV

IV

ATCT (hours open)

06:00 – 24:00 local

06:00 – 24:00 local

ARFF Index

D

D

Special Conditions

Air National Guard (ANG) military operations

Military operations relocated to alternate ANG Base

Airline XYZ requires VGSI

Airline XYZ requires VGSI

Complete the following chart for each phase to determine the area that must be protected along the runway edges: Runway

Aircraft Approach Category* A, B, C, or D

Airplane Design Group* I, II, III, or IV

RSA Width in Feet Divided by 2*

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

_________

*See AC 150/5300-13 to complete the chart for a specific runway.

Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Runway End Number

Airplane Design Group* I, II, III, or IV

Aircraft Approach Category* A, B, C, or D

Minimum Safety Area Prior to the Threshold*

_______

_________

_________

______ ft

______ ft

_____: 1

_______

_________

_________

______ ft

______ ft

_____: 1

_______

_________

_________

______ ft

______ ft

_____: 1

_______

_________

_________

______ ft

______ ft

_____: 1

Minimum Distance to Threshold Based on Required Approach Slope*

*See AC 150/5300-13 to complete the chart for a specific runway.

309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. 33

Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide Chapter 3 Guidelines for Writing a CSPP

AC 150/5370-2F

September 29, 2011

sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: a. Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don’t belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport’s rules for ground vehicle operations, including its training program. Discuss the airport’s recordkeeping system listing authorized vehicle operators. c. Two-Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be Chapter 3 Guidelines for Writing a CSPP

34

September 29, 2011

AC 150/5370-2F

identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives – and at least one alternate – for each party. List both on-duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations (VPD), and others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. 319. 35

Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. Chapter 3 Guidelines for Writing a CSPP

AC 150/5370-2F

September 29, 2011

Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional “box” within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required.

Chapter 3 Guidelines for Writing a CSPP

36

September 29, 2011

AC 150/5370-2F Appendix 1. Related Reading Material

Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/airports/. AC AC 150/5200-28

Title and Description Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. Airport Winter Safety and Operations

AC 150/5200-30

Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. Hazardous Wildlife Attractants On or Near Airports

AC 150/5200-33

Guidance on locating certain land uses that might attract hazardous wildlife to publicuse airports. Painting, Marking, and Lighting of Vehicles Used on an Airport.

AC 150/5210-5

Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. Ground Vehicle Operations on Airports

AC 150/5210-20

Guidance to airport operators on developing ground vehicle operation training programs. Airport Design

AC 150/5300-13

AC 150/5310-24

FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free-zone criteria. Airport Foreign Object Debris Management Guidance for developing and managing an airport foreign object debris (FOD) program Water Supply Systems for Aircraft Fire and Rescue Protection.

AC 150/5220-4

Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. Management of Airport Industrial Waste

AC 150/5320-15

AC 150/5340-1 AC 150/5340-18

Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. Standards for Airport Markings FAA standards for markings used on airport runways, taxiways, and aprons. Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. Precision Approach Path Indicator (PAPI) Systems

AC 150/5345-28

37

FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing.

Appendix 1 Related Reading Material

AC 150/5370-2F

September 29, 2011

AC AC 150/5340-30 AC 150/5345-39 AC 150/5345-44 AC 150/5345-53

Title and Description Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. Specification for L-853, Runway and Taxiway Retroreflective Markers Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. Airport Lighting Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). Specification for Portable Runway and Taxiway Lights

AC 150/5345-50

FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative.

AC 150/5345-55

Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure Standards for Specifying Construction of Airports

AC 150/5370-10

Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Airports (ARP) Safety Management System (SMS)

FAA Order 5200.11

FAA Certalert 98-05

Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection.

FAA Form 7460-1

Notice of Proposed Construction or Alteration

FAA Form 7480-1

Notice of Landing Area Proposal

Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139

Certification of Airports

Title 49 CFR Part 1542

Airport Security

Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/.

Appendix 1 Related Reading Material

38

September 29, 2011

AC 150/5370-2F Appendix 2. Definition of Terms

Term

Definition

7460-1

Notice Of Proposed Construction Or Alteration. For on-airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, safe, efficient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gov.) The form may be downloaded at http://www.faa.gov/airports/resources/forms/, or filed electronically at: https://oeaaa.faa.gov.

7480-1

Notice Of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa.gov/airports/resources/forms/.

AC

Advisory Circular

ACRC

Aircraft Reference Code

ACSI

Airport Certification Safety Inspector

ADG

Airplane Design Group

AIP

Airport Improvement Program

ALECP

Airport Lighting Equipment Certification Program

ANG

Air National Guard

AOA

Air Operations Area. Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons.

ARFF

Aircraft Rescue and Fire Fighting

ARP

FAA Office of Airports

ASDA

Accelerate-Stop Distance Available

ATCT

Airport Traffic Control Tower

ATIS

Automatic Terminal Information Service

ATO

Air Traffic Organization

Certificated Airport

An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports.

CFR

Code of Federal Regulations

Construction

The presence and movement of construction-related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft.

CSPP

Construction Safety And Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator’s consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications.

39

Appendix 2 Definition of Terms

AC 150/5370-2F

September 29, 2011

Term

Definition

CTAF

Common Traffic Advisory Frequency

Displaced Threshold

A threshold that is located at a point on the runway other than the designated beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction.

DOT

Department of Transportation

EPA

Environmental Protection Agency

FOD

Foreign Object Debris

HAZMAT

Hazardous Materials

IFR

Instrument Flight Rules

ILS

Instrument Landing System

LDA

Landing Distance Available

LOC

Localizer antenna array

Movement Area

The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139).

MSDS

Material Safety Data Sheet

MUTCD

Manual on Uniform Traffic Control Devices

NAVAID

Navigation Aid

NAVAID Critical Area

An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal.

Non-Movement Area

The area inside the airport security fence exclusive of the Movement Area. It is important to note that the non-movement area includes pavement traversed by aircraft.

NOTAM

Notices to Airmen

Obstruction

Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C.

OE / AAA

Obstruction Evaluation / Airport Airspace Analysis

OFA

Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13, for additional guidance on OFA standards and wingtip clearance criteria.)

OFZ

Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ.

OSHA

Occupational Safety and Health Administration

P&R

Planning and Requirements Group

Appendix 2 Definition of Terms

40

September 29, 2011

AC 150/5370-2F

Term

Definition

PAPI

Precision Approach Path Indicators

PFC

Passenger Facility Charge

PLASI

Pulse Light Approach Slope Indicators

Project Proposal Summary

A clear and concise description of the proposed project or change that is the object of Safety Risk Management.

RE

Resident Engineer

REIL

Runway End Identifier Lights

RNAV

Area Navigation

ROFA

Runway Object Free Area

RSA

Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13.

SIDA

Security Identification Display Area

SMS

Safety Management System

SPCD

Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP.

SRM

Safety Risk Management

Taxiway Safety Area

A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13.

TDG

Taxiway Design Group

Temporary

Any condition that is not intended to be permanent.

Temporary Runway End

The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold.

Threshold

The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced.

TODA

Takeoff Distance Available

TOFA

Taxiway Object Free Area

TORA

Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances.

TSA

Taxiway Safety Area Transportation Security Administration

UNICOM

A radio communications system of a type used at small airports.

VASI

Visual Approach Slope Indicators

41

Appendix 2 Definition of Terms

AC 150/5370-2F

September 29, 2011

Term

Definition

VGSI

Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPI), visual approach slope indicators (VASI), and pulse light approach slope indicators (PLASI).

VFR

Visual Flight Rules

VOR

VHF Omnidirectional Radio Range

VPD

Vehicle / Pedestrian Deviation

Appendix 2 Definition of Terms

42

September 29, 2011

AC 150/5370-2F Appendix 3. Safety and Phasing Plan Checklist

This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not as a required submittal. Coordination

Reference

Addressed

Remarks

General Considerations Requirements for predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction are specified.

205

Operational safety is a standing agenda item for construction progress meetings.

205

Scheduling of the construction phases is properly addressed.

206

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Areas and Operations Affected by Construction Activity Drawings showing affected areas are included.

207.a

□ □ □

Yes Closed or partially closed runways, taxiways, and aprons are depicted on drawings.

207.a(1)

Access routes used by ARFF vehicles affected by the project are addressed.

207.a(2)

Access routes used by airport and airline support vehicles affected by the project are addressed.

207.a(3)

Underground utilities, including water supplies for fire fighting and drainage.

207.a(4)

Approach/departure surfaces affected by heights of temporary objects are addressed.

207.a(5)

Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings. Temporary changes to taxi operations are addressed.

43

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes 207.b(1)

NA

□ □ □

Yes

207.a

No

No

NA

□ □ □

Yes

No

NA

Appendix 3 Safety and Phasing Plan Checklist

AC 150/5370-2F

September 29, 2011

Coordination

Reference

Addressed

Detours for ARFF and other airport vehicles are identified.

207.b(2)

□ □ □

Maintenance of essential utilities and underground infrastructure is addressed.

207.b(3)

Temporary changes to air traffic control procedures are addressed.

207.b(4)

Yes

No

Remarks

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

NAVAIDS Critical areas for NAVAIDs are depicted on drawings.

208

Effects of construction activity on the performance of NAVAIDS, including unanticipated power outages, are addressed.

208

Protection of NAVAID facilities is addressed.

208

□ □ □

Yes

Procedures for coordination with FAA ATO/Technical Operations, including identification of points of contact, are included.

NA

No

NA

□ □ □

Yes 208, 213.a, 213.e(3)(a), 218.a

No

□ □ □

Yes 208

NA

□ □ □

Yes

The required distance and direction from each NAVAID to any construction activity is depicted on drawings.

No

No

NA

□ □ □

Yes

No

NA

Contractor Access The CSPP addresses areas to which contractor will have access and how the areas will be accessed.

209

The application of 49 CFR Part 1542 Airport Security, where appropriate, is addressed.

209

Yes

209.a

The requirement for stockpiles in the ROFA to be approved by FAA is included.

209.a

Requirements for proper stockpiling of materials are included.

209.a

No

NA

□ □ □

Yes

The location of stockpiled construction materials is depicted on drawings.

Appendix 3 Safety and Phasing Plan Checklist

□ □ □ No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

44

September 29, 2011

AC 150/5370-2F

Coordination Construction site parking is addressed.

Reference

Addressed

209.b(1)

□ □ □

Yes Construction equipment parking is addressed.

Yes

Yes 209.b(4)

Proper vehicle operations, including requirements for escorts, are described.

209.b(5), 209.b(6)

Training requirements for vehicle drivers are addressed.

209.b(7)

Two-way radio communications procedures are described.

209.b(9)

Maintenance of the secured area of the airport is addressed.

209.b(10)

No

NA

□ □ □

209.b(3)

A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, is included.

NA

□ □ □

209.b(2)

Access and haul roads are addressed.

No

Remarks

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Wildlife Management The airport operator’s wildlife management procedures are addressed.

210

□ □ □

Yes

No

NA

Foreign Object Debris Management The airport operator’s FOD management procedures are addressed.

211

□ □ □

Yes

No

NA

Hazardous Materials Management The airport operator’s hazardous materials management procedures are addressed.

212

□ □ □

Yes

No

NA

Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed.

45

213

□ □ □

Yes

No

NA

Appendix 3 Safety and Phasing Plan Checklist

AC 150/5370-2F

September 29, 2011

Coordination

Reference

Addressed

Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified.

213.a

□ □ □

A list of local ATO/Technical Operations personnel is included.

213.a

A list of ATCT managers on duty is included.

213.a

Yes

Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of NOTAMS about airport conditions resulting from construction are included.

208, 213.b, 218.b(4)(i)

Provision of information on closed or hazardous conditions on airport movement areas by the airport operator to the OCC is specified.

213.b

Emergency notification procedures for medical, fire fighting, and police response are addressed.

213.c

Coordination with ARFF personnel for nonemergency issues is addressed.

213.d

Notification to the FAA under 14 CFR parts 77 and 157 is addressed.

213.e

Reimbursable agreements for flight checks and/or design and construction for FAA owned NAVAIDs are addressed.

213.e(3)(b)

No

NA

□ □ □

Yes 213.b

NA

□ □ □

Yes

A list of authorized representatives to the OCC is included.

No

Remarks

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Inspection Requirements Daily inspections by both the airport operator and contractor are specified.

214.a

Final inspections at certificated airports are specified when required.

214.b

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Underground Utilities Procedures for protecting existing underground facilities in excavation areas are described.

Appendix 3 Safety and Phasing Plan Checklist

215

□ □ □

Yes

No

NA

46

September 29, 2011

AC 150/5370-2F

Coordination

Reference

Addressed

Remarks

Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans are detailed.

□ □ □

216

Yes

No

NA

Special Conditions Any special conditions that affect the operation of the airport or require the activation of any special procedures are addressed.

□ □ □

217

Yes

No

NA

Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs

□ □ □

The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs is addressed.

218.a

Frangibility of airport markings, lighting, signs, and visual NAVAIDs is specified.

218.a, 218.c, 219, 220.b(4)

The requirement for markings to be in compliance with AC 150/5340-1, Standards for Airport Markings is specified.

218.b

The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, Specification for Portable Runway and Taxiway Lights , and AC 150/5345-53 Airport Lighting Certification Program, is specified.

218.b(1)(f)

The use of a lighted X is specified where appropriate.

218.b(1)(b), 218.b(3)

The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for Airport Sign Systems, and AC 150/5345-53, Airport Lighting Certification Program, is specified.

Yes

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

218.c

No

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent practicable, with the MUTCD and/or State highway specifications.

219

□ □ □

Yes

No

NA

Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified.

47

220.a

□ □ □

Yes

No

NA

Appendix 3 Safety and Phasing Plan Checklist

AC 150/5370-2F

September 29, 2011

Coordination

Reference

Addressed

Hazard marking and lighting are specified to identify open manholes, small areas under repair, stockpiled material, and waste areas.

220.a

□ □ □

The CSPP considers less obvious constructionrelated hazards.

220.a

Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified.

220.b(1)

The spacing of barricades is specified such that a breach is physically prevented barring a deliberate act.

220.b(1)

Red lights meeting the luminance requirements of the State Highway Department are specified.

220.b(2)

Barricades, temporary markers, and other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 in high.

220.b(4)

Barricades marked with diagonal, alternating orange and white stripes are specified to indicate construction locations in which no part of an aircraft may enter.

220.b(4)

Highly reflective barriers with lights are specified to barricade taxiways leading to closed runways.

220.b(5)

Markings for temporary closures are specified.

220.b(5)

Yes

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

220.b(7)

NA

□ □ □

No

NA

□ □ □

Yes The provision of a contractor’s representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified.

No

Remarks

No

NA

□ □ □

Yes

No

NA

Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated runway or taxiway is open for aircraft operations.

221.a(1), 221.c(1)

The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM.

221.a(2), 221.c(2)

Appendix 3 Safety and Phasing Plan Checklist

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

48

September 29, 2011

AC 150/5370-2F

Coordination

Reference

Addressed

Procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations, are detailed.

221.c(3)

□ □ □

The CSPP specifies that open trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open.

221.a(4)

Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed.

221.a(4)

The CSPP includes provisions for prominent marking of open trenches and excavations at the construction site.

221.a(4)

Grading and soil erosion control to maintain RSA/TSA standards are addressed.

221.c(5)

The CSPP specifies that equipment is to be removed from the ROFA when not in use.

221.b

The CSPP clearly states that no construction may occur within a taxiway safety area while the taxiway is open for aircraft operations.

221.c

Appropriate details are specified for any construction work to be accomplished in a taxiway object free area.

221.d

Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included.

221.e

Provisions for protection of runway approach/departure areas and clearways are included.

221.f

Yes

No

Remarks

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use.

222.a(2)

The CSPP prohibits the use of flare pots within the AOA at any time.

222.a(4)

The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property.

222.a(3)

49

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

□ □ □

Yes

No

NA

Appendix 3 Safety and Phasing Plan Checklist

September 29, 2011

AC 150/5370-2F

Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions Item

Action Required

or

None

Excavation adjacent to runways, taxiways, and aprons improperly backfilled.



Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking.



Runway resurfacing projects resulting in lips exceeding 3 in (7.6 cm) from pavement edges and ends.



Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ.



Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown.



Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and similar objects — located in critical areas, such as OFZ and approach zones.



Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area.



Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage.



51

Appendix 4 Construction Project Daily Safety Inspection Checklist

AC 150/5370-2F

September 29, 2011 Item

Action Required

or

None

Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards.



Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards.



Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near airports.



Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards.

□ □

Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions.



Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications.



Obliterated or faded temporary markings on active operational areas.

Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. Lack of radio communications with construction vehicles in airport movement areas.

□ □

Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations.



Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction.



Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways.



Appendix 4 Construction Project Daily Safety Inspection Checklist

52

September 29, 2011

AC 150/5370-2F Item

Action Required

or

None

Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system).



Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits.



Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated work areas and out of phase.

53

□ □ □ □

Appendix 4 Construction Project Daily Safety Inspection Checklist

AC 150/5370-2F

September 29, 2011

Intentionally Left Blank

Appendix 4 Construction Project Daily Safety Inspection Checklist

54

Long Beach Airport Safety and Security Requirements During Construction

1.0

Introduction

Long Beach Airport is a large airport serving a diverse mix of aircraft including air carriers, general aviation, helicopters, corporate jets, military aircraft and airships. The Airport currently handles over 500,000 annual aircraft operations (take-offs and landings). The Airport is extremely complex with 5 runways and miles of supporting taxiways. Potential runway incursions are a major safety concern. Due to the complexity of the Airport, traffic volume and diversity, any construction project presents special and unique challenges. 1.1

Purpose

This document has been prepared to define the standards and procedures for meeting the requirements of Federal Aviation Regulations and local rules and regulations governing operational safety on airports during construction; and to support and facilitate construction activities while continuing to maintain the level of safety and security required for airport and aircraft operations. This safety plan is a part of this construction contract. Deviations from these requirements shall be sufficient cause for contract termination. Construction shall be planned and conducted throughout this project in such a manner as to permit safe airport operations. 1.2

Applicability

The requirements, standards and procedures included in this safety plan apply to all construction projects within the Airport’s Air Operations Area (AOA) or restricted areas of the Airport as defined in this document. This safety plan also applies to any tenant construction that impinges on the AOA or requires staging, access or any other operation in the AOA. This safety plan applies to consultants, contractors, subcontractors, suppliers, and all other persons under their control who conduct activities within the AOA or restricted areas of the Airport. For this document “construction” also includes maintenance activities.

Revised 5/05

1

LGB Safety and Security during Construction

1.3

Additional Information

Required reference materials associated with this safety plan include: FAA Advisory Circular 150/5370-2, Operational Safety on Airports during Construction Long Beach Airport Certification Manual (ACM) Long Beach Airport Security Plan (ASP) Long Beach Airport Driving Rules and Regulations A copy of the current version of AC 150-5370-2 is included in these specifications. Copies of the Airport Driving Rules and Regulations, and pertinent parts of the ACM and ASP will be provided by the Airport Operations Representative. 1.4 1.4.1

Enforcement By requesting and being granted the authorization to enter the Airport’s AOA or other restricted areas, the Contractor or other recipient of this document is assumed to have read, understood and agreed to comply with all applicable provisions of this safety plan; and assumed the responsibility to inform all persons associated with the Contractor’s activities at the Airport of the provisions of this safety plan.

1.4.2 Unless specifically exempted in advance by the Airport Operations Representative or their designee, failure to comply with any of the requirements set forth in this safety plan may result in denial of access to the AOA or other corrective measures including, but not limited to retraining, temporary suspension of construction activities, documented warning, citation, or fine. 1.4.3 The Airport Manager, Airport Operations Officer, Airport Operations Representative or their designee, and Airport Safety Officers are authorized to enforce the requirements of this safety plan.

2.0

Project Description

Detailed Plans and Specifications for this project will be provided to the Contractor. These plans and specifications provide detailed information on project work area(s), staging area(s) and proposed access point(s) and haul route(s).

3.0

Responsibilities

3.1

Airport Operations

The Long Beach Airport will appoint a Superintendent of Airport Operations, or another qualified individual to serve as the Airport Operations Representative for the duration of

Revised 3/31/2005

2

LGB Safety and Security during Construction

the contract. The Airport Operations Representative, or his/her representative, will coordinate all safety and security matters during construction, and ensure that all procedures and requirements are followed. The Airport Operations Representative is responsible for: 3.1.1 Conducting the pre-construction meeting. 3.1.2 Coordinating all construction activity with tenants, users and Air Traffic Control prior to and during construction. 3.1.3 Inspecting, closing, and returning operational areas to service. 3.1.4 Ensuring that marking and lighting placed by the Contractor is adequate. 3.1.5 Coordinating safety procedures with tenants, passengers, users and others, as appropriate before, during and after construction. 3.1.6 Ensuring that access to the Air Operations Area (AOA), Security Identification Display Area (SIDA) and construction areas are controlled. 3.1.7 Issuing and canceling Notices to Airmen (NOTAMs) in a timely manner. 3.1.8 Maintaining the records and reviewing for currency all NOTAMs and other advisories issued. 3.1.9 Representing the Airport on the Construction Safety and Security Committee. 3.2

Construction Safety and Security Coordinator

The Contractor shall appoint an on-site Construction Superintendent or other qualified individual to serve as the Contractor Safety and Security Coordinator (CSSC) for the duration of the contract. The CSSC shall thoroughly understand the safety and security requirements of the contract and shall have sufficient authority to implement the provisions. The Contractor shall notify the Airport Operations Representative in writing of the name, telephone and pager numbers of the individual assigned to act as CSSC. The CSSC shall represent the Contractor on the Construction Safety and Security Committee and shall be accountable for safety and security compliance. The CSSC shall be especially knowledgeable of the requirements of AC 150/5370-2. Prior to the date for commencement of any work on the project, the CSSC shall: 3.2.1 Develop and submit in writing a detailed work schedule with dates specified for all milestone events. The work schedule shall be submitted to the Airport Operations Representative for approval at least one week prior to the desired

Revised 3/31/2005

3

LGB Safety and Security during Construction

date of commencement of any work on the project. The work schedule shall be updated throughout the project to provide a continuing accurate schedule of construction activities. 3.2.2 Develop and submit in writing a detailed outline of the procedures to maintain safety and security of both Contractor operations and affected airport landside and airside operations during construction. This plan shall include procedures to be followed in the event of an accident or incident involving Contractor personnel. These procedures shall be subject to approval by the Airport Operations Representative. The Contractor shall agree to make revisions to the procedures as recommended by the Airport Operations Representative or the Construction Safety and Security Committee. 3.2.3 Develop and present safety and security orientation briefings for all Contractor employees and subcontractors that will be working on-site. The CSSC is also responsible for briefing all contractor personnel on new safety and security measures adopted by the Construction Safety and Security Committee. 3.2.4 Conduct at least one meeting of all Contractor supervisory personnel prior to the start of construction. Attendance at this meeting is mandatory for the CSSC, all contractor supervisory personnel and the Airport Operations Representative. The meeting shall be open to other Contractor employees and others, as deemed appropriate by the Airport Operations Representative. Minutes of this meeting shall be taken by the Contractor, with copies provided to each supervisor and kept on file in the Contractors on-site office. 3.2.5 Provide the Airport Operations Representative with the Contractor's emergency contact list, including names and 24-hour telephone and pager numbers. 3.3

Construction Safety and Security Committee

A Construction Safety and Security Committee shall be established for this project. This committee shall monitor, establish, coordinate, implement and review new safety and security provisions as required during the course of the project. 3.3.1 The Committee shall meet at least weekly, or as required by the Airport Operations Representative. Committee meetings may be held in conjunction with regularly scheduled project progress meetings. 3.3.2 Meetings will be conducted by the Airport Operations Representative at an appropriate site on the Airport. Committee membership shall include the Airport Operations Representative, CSSC, Airport Operations Officer, Chief of Security, Construction Project Manager and representatives of airport tenants and users, as appropriate.

Revised 3/31/2005

4

LGB Safety and Security during Construction

4.0

Construction Controls

The following specific construction controls shall be implemented. Additional controls and restrictions may be imposed by the Airport Operations Representative. The Contractor must receive authorization from the Airport Operations Representative to deviate from these requirements. 4.1

Airside Construction

4.1.1 Personnel and equipment shall remain within the designated construction area at all times. 4.1.2 Access to and from the construction site must be controlled at all times. 4.1.3 The Contractor shall, if deemed necessary, install work site identification signs at the authorized access point(s). If, in the opinion of the Airport Operations Representative, directional signs and traffic cones or other markings are needed for clarity, they shall be installed by the Contractor along the route authorized for access to each construction site. 4.1.4 Staging areas and stockpiles must be contained and controlled to prevent FOD or debris as well as unauthorized access to the AOA. 4.1.5 Any cranes used require prior notification and approval from the FAA. Contact the Airport Operations Representative to coordinate. Cranes shall display threefoot by three-foot orange and white flags on top of the boom or red obstruction lights, if operated at night. Cranes shall be lowered when not in use. 4.1.6 All loose trash shall be immediately cleaned up and secured. All trash receptacles on the construction site or in the associated staging area shall be covered. 4.1.7 All building materials, barricades, construction and personnel shall be protected from aircraft-generated blast. Aircraft engine blast protection of personnel and equipment is the contractor's responsibility. 4.1.8 Hearing protection for contractor personnel shall be provided by the Contractor. 4.1.9 The Contractor shall provide aviation band radios if specifically required by the contract. Personnel operating in an active aircraft movement area shall be capable of communicating with the Air Traffic Control Tower (ATCT) on the Ground Control frequency and shall follow any instructions issued by the ATCT.

Revised 3/31/2005

5

LGB Safety and Security during Construction

4.1.10 All open excavations shall be barricaded with orange and white striped lowprofile barricades or delineators and lighted with red flashing lights. The barricades and lights shall be placed at each corner of the excavation and with a minimum of 20 ft. spacing along the sides of the excavation. The Airport Operations Representative may require additional barricades and markings in critical areas. 4.1.11 All closed taxiways and runways shall be barricaded with the same type of barricade described in 4.1.10 above. Locations of barricades shall be coordinated in advance with, and approved by the Airport Operations Representative. 4.1.12 All closed runways shall be marked with lighted ‘X’s placed on the runway numbers at each end, or at locations approved by the Airport Operations Representative. Lighted ‘X’s shall conform to Advisory Circular 150/5345-55 “Lighted Visual Aid to Indicate Temporary Runway Closure”. 4.1.13 All work areas shall be properly secured before departing at end of shift. All active taxiways and perimeter roads that are crossed must be cleaned of debris on a continual basis. 4.1.14 All closed runways and other pavement areas shall be restored to original condition and clear of debris at the end of each shift. 4.1.15 All trenches and open excavations that are within runway or taxiway safety areas shall be covered or back filled so that there is no discontinuity in any ground or pavement surface greater than 3”. 4.1.16 In addition to the inspection and cleanup required at the end of each shift, the Contractor is responsible for the immediate cleanup of any debris generated along the construction site access route(s). 4.1.17 Sufficient sweepers and water trucks must be on site to clear debris and control dust. 4.1.18 All construction equipment must be moved to the designated staging area upon completion of work at each site for the day. 4.1.19 The Contractor may be required to provide escorts, flagmen and/or security guards, as determined by the Airport Operations Representative. 4.1.20 Prior to and during construction, the Contractor shall coordinate the work affecting Airport tenants with the Airport Operations Representative as well as with the affected tenant.

Revised 3/31/2005

6

LGB Safety and Security during Construction

4.1.21 No equipment may be dropped off and left outside the Airport AOA or construction site fence. All equipment shall be accepted and stored in a designated staging area by the Contractor. 4.2

Fire Safety

4.2.1 No smoking on the construction site. 4.2.2 No open flames unless pre-approved and monitored. 4.2.3 No open flames or welding within 50 feet of any aircraft or fuel truck. 4.2.4 Contractor shall provide fire watch personnel during the use of all open flames or while welding is in progress. 4.2.5 Contractor shall provide minimum of two on-site 4A 60BC fire extinguishers. The Airport Operations Representative may increase the minimum extinguisher requirement. 4.3

Material Suppliers, Subcontractors and Visitors

4.3.1 All material suppliers, subcontractors and visitors to the work site are obligated to follow the same safety and security operating procedures as the prime Contractor. 4.3.2 All material suppliers shall make their deliveries using the same access points and routes as the Contractor and shall be advised of the appropriate delivery procedures at the time the materials order is placed. 4.3.3 If it is not practical to conform to the vehicle identification requirements and the safety and security orientation program requirements of this plan, the Contractor shall escort all suppliers, subcontractors and visitors while they are on the Airport, using personnel holding airfield driving permits.

5.0

Security

5.1

General Security Requirements

5.1.1 The Contractor shall maintain existing security conditions during construction. 5.1.2 The Contractor's access to the Airport, employee parking and marshaling area(s) and route(s) across the airfield shall be as shown on the Contractor's safety plan. No other airport access point or cross-airport route shall be permitted unless approved in advance by the Airport Operations Representative.

Revised 3/31/2005

7

LGB Safety and Security during Construction

5.1.3 Access gates shall be locked immediately after traffic has entered or exited. In lieu of maintaining the gate in a locked mode, the Contractor shall provide a full time guard to prohibit unauthorized entry. 5.1.4 All Contractor traffic authorized to travel on the Airport shall have been trained and briefed as part of the Contractor's construction safety and security orientation program, be thoroughly familiar with the access procedures and route for travel or be escorted by appropriately trained personnel authorized by the CSSC. 5.1.5 There shall be no travel by foot within an active aircraft operational area except necessary travel within the work area to accomplish construction. The Contractor shall arrange transportation for all employees between designated marshaling areas and each construction site. 5.1.6 Contractor has sole responsibility for providing personnel and equipment escorts to the work site unless prior arrangements have been made with the Airport Operations Representative. 5.2

Special Requirements for Construction in the SIDA

All construction supervisory personnel shall obtain Long Beach Airport Security Identification Display Area (SIDA) badges prior to any work within or adjacent to the SIDA (on the Air Carrier Ramp or in terminal holdrooms). 5.2.1 To be issued SIDA badges: 5.2.1.1

All applicants for a SIDA badge must be fingerprinted and submit to a criminal records check. Those individuals that fail to pass the criminal records check will not be issued a SIDA badge.

5.2.1.2

Applications and information regarding SIDA badges and access requirements may be obtained from the Airport Safety Office at (562) 5702640.

5.2.2 Supervisors shall maintain close visual contact with all employees while working in the SIDA. If there is an insufficient number of badged supervisors to observe and escort all personnel, the Contractor may request that additional employees be issued SIDA badges. 5.2.3 The Contractor shall comply with all personnel, vehicle and equipment screening and search requirements when working in the SIDA. 5.2.4 Airport Operations or Safety personnel shall escort the Contractor and his employees when moving from one location to another on the Air Carrier Ramp.

Revised 3/31/2005

8

LGB Safety and Security during Construction

6.0

Vehicle Operation and Control

6.1

Airfield Driving Permits

6.1.1 Contractor personnel driving on the airfield shall be issued an airfield driving permit. This permits them to drive unescorted on the perimeter road and aircraft ramps excluding the SIDA. (SIDA access requires completion of the requirements in 5.2.6 above, in addition to an airfield driving permit.) All other construction vehicles must be escorted by Contractor personnel holding airfield driving permits. 6.1.2 To obtain a driving permit, the applicant must acquire hands-on driver training on the Long Beach Airport and pass a written test on the rules and regulations pertaining to driving on the airport. Information concerning this may be obtained from the Safety Office at (562) 570-2640. 6.1.3 Due to the complexity of the Airport, hands-on driver training will require a significant time commitment from the Contractor and his employees. 6.2

Vehicle Identification

To be authorized to operate on the Long Beach Airport each vehicle shall conform to the following requirements: 6.2.1 Vehicles driven on the airfield (other than construction equipment) must have a colored placard on the dashboard. Placards may be obtained from the Airport Safety Office. 6.2.2 Vehicles shall be marked/flagged for high daytime visibility, and lighted for nighttime operations. 6.2.3 Vehicles shall be identified with the company name or logo on both sides of the vehicle, with the lettering or logo of sufficient size to be clearly readable from a distance of no less than 50 feet. Vehicles needing intermittent identification may be marked with tape or with commercially available magnetic signs. 6.2.3.1

Certain special purpose vehicles such as backhoes, earthmovers, forklifts, asphalt pavers, trenchers, etc may be exempted from this requirement with prior approval of the Airport Operations Representative.

6.2.4 All construction equipment and vehicles shall display three-ft by three-ft flags or larger, orange and white checkerboard design with each checkerboard being one-ft square during daylight hours. At night, these vehicles and equipment must display a rotating or flashing yellow light.

Revised 3/31/2005

9

LGB Safety and Security during Construction

6.3

Vehicle Control

6.3.1 All construction equipment and vehicles shall comply with the Long Beach Airport Driving Rules and Regulations. 6.3.2 All construction equipment and vehicles shall be operated in a manner that does not compromise the safety of either landside or airside Airport operations. 6.3.3 No Contractor personnel are permitted to drive their personal vehicles to any construction site on the airport. All vehicles must be parked in the area designated for employee parking. The Contractor shall provide transportation to the work site. 6.3.4 In no case will construction personnel be allowed to cross active taxiways and runways without authorization and/or escort by Airport Operations or Safety personnel. Escorts must be arranged in advance through the Airport Operations Representative.

7.0

Protection of Utilities and Services

7.1

Utility Interruption

7.1.1 All planned interruptions or restorations of utilities (e.g. power, water, telephone, data, sewer, storm drain, gas, etc) must be approved and coordinated 72 hours in advance with the Airport Operations Representative. 7.1.2 All accidental or unplanned interruptions of utilities must be immediately reported to the Airport Operations Representative, or if unavailable, to the Airport Safety Office (562) 570-2640. 7.2

Repair and Restoration of Utilities

7.2.1 The Contractor is responsible to promptly effect repairs to utilities interrupted by his activities or within the area under his control. 7.2.2 Certain utilities, regardless of ownership, identified by the Airport Operations Representative to be critical to the security or safe operation of the Airport, must be functionally restored immediately following any interruption. 7.2.3 In the event that the Airport Operations Representative has reason to believe that the Contractor is unable to effect timely repair, the Airport Operations Representative has the option of having the repairs accomplished by a private party, City Public Works resources, utility company or other agencies. 7.2.4 In any event, all costs and expenses associated with the utility restoration will be borne by the Contractor.

Revised 3/31/2005

10

LGB Safety and Security during Construction

7.2.5 All restorations of utilities must be approved by and coordinated with the Airport Operations Representative in advance.

Revised 3/31/2005

11

DIVISION G BEST MANAGEMENT PRACTICES

DIVISION H GENERAL REQUIREMENTS

PLANS & SPECIFICATIONS NO. R-6970 FOR PERIMETER SECURITY IMPROVEMENTS UASI 2011 AT THE LONG BEACH AIRPORT IN THE CITY OF LONG BEACH, CALIFORNIA U.S. Department of Homeland Security FY 2011 Urban Area Security Initiative

DESCRIPTION OF WORK TO BE DONE

The Work to be done consist of installing fourteen (14) Airport furnished thermalimaging security cameras and associated components. The Contractor shall furnish six (6) of the security cameras and the Airport will provide the remaining eight security cameras. The Work will also include the installation of an automated vehicle security gate and associated components. The security cameras and the security gate shall be completely integrated into the existing Airport security system. Locations are shown on the Plans. Questions during the bid period should be directed to Stephan Lum at [email protected]. All questions must be submitted by e-mail. Questions must be sent no later than 10 working days prior to date of bid opening to ensure a response prior to the bid opening.

APPLICABLE SPECIFICATIONS

All Work embraced herein shall be done in accordance with the applicable requirements provided in FAA Advisory Circular 150/5370-10F, "STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS", published by the Department of Transportation Federal Aviation Administration, included herewith; the "Amendments to Standards" amending the "STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS", included herewith; applicable portions of the "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2012 EDITION"; and in accordance with these Special Provisions. Whenever reference is made to "Standards," it shall be deemed to mean "STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS". Whenever reference is made to "Standard Specifications for Public Works Construction (SSPWC)," or “Greenbook,” it shall be deemed to mean "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2012 Edition". Whenever reference is made to the "Specifications", it shall be deemed to mean "Standards", "Standard Specifications for Public Works Construction" and these Special Provisions. If the bidder believes that a conflict exists between said documents or said documents and the Bid form, the bidder shall request in writing an interpretation of said documents prior to the filing of the Bid. If the bidder fails to make such a request, then the City will assume that no conflict exists. If the bidder is awarded a contract, the bidder shall be bound by the Plans, Specifications and Bid, and shall perform the required Work at the unit prices bid.

U.S. Department of Transportation Federal Aviation Administration Subject: Standards for Specifying Construction Of Airports

Advisory Circular Date: 9/30/2011 Initiated by: AAS-100

AC No: 150/5370-10F Change: NA

1. PURPOSE. This advisory circular (AC) provides standards for the construction of airports. Items covered in this AC include general provisions, earthwork, flexible base courses, rigid base courses, flexible surface courses, rigid pavement, fencing, drainage, turfing, and lighting installation. 2. APPLICATION. The Federal Aviation Administration (FAA) recommends the guidelines and specifications in this AC for materials and methods used in the construction of airports. In general, use of this AC is not mandatory. However, use of this AC is mandatory for all projects funded with federal grant monies through the Airport Improvement Program (AIP) and with revenue from the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, “Policies, Standards, and Specifications,” and PFC Assurance No. 9, “Standards and Specifications.” 3. CANCELLATION. This AC cancels AC 150/5370-10E, Standards for Specifying Construction of Airports, dated September 30, 2009. 4. PRINCIPAL CHANGES. This AC contains the following changes: a. Document page numbers reformatted and section number/title added to bottom of each page to facilitate searching document. Tables reformatted for clarity. Minor text edits for grammar, punctuation and acronyms throughout the AC. b. Page iii and Page 1: Deleted information on obtaining printed copies of advisory circular. c. Paragraph 40-09 Final Clean Up renumbered as 40-08. d. Paragraph 50-03: Added statement about discrepancies within cited standards for testing occurring and the contractor’s responsibility to bring any apparent discrepancy within standard test methods to the engineers attention. e. Paragraph 60-01, a and b: Added the Addendum and clarified manufacturer statement.

f. Paragraph 90-06 PARTIAL PAYMENTS replaced with new Subsection 90-06 to be consistent with the Disadvantaged Business Enterprise (DBE) retainage provision requirements of 49 CFR § 26.29. g. Paragraph 90-08 PAYMENT OF WITHHELD FUNDS revised to reflect changes made to Subsection 90-06 PARTIAL PAYMENTS. h. Section 120: Updated Nuclear testing method. Deleted ASTM D 2922 Density of Soil in Place by the Nuclear Density Method. Added ASTM D 6938 In-Place Density and Water Content of Soil and Soil Aggregate by Nuclear Methods. Change is reflected throughout the P specifications (P-152, 154, 155, 157, 158, 208, 209, 210, 219, 301, 304). i. P-153-3.1(a). ASTM C31 Making and Curing Concrete Test Specimens in the Field and ASTM C 39 Compressive Strength of Cylindrical Concrete deleted. Added ASTM D 4832 Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. j. P-209-2, Table 1, Footnote 1: Footnote deleted. Information on “the maximum percent of material by weight of particles smaller than 0.02 mm shall be 3 percent when tested in accordance with ASTM D 422 where environmental conditions indicate potential damage due to frost action” has been moved to paragraph 209-2.1 (b). Engineers Note has been added above Table 1 to highlight information on when a lower percentage of material passing the No. 200 sieve is needed to control the percentage of particles smaller than 0.02 mm, a maximum limit of 5 percent is recommended. k. Paragraph 401-3.5: Paragraph retitled as “Job Mix Formula (JMF) Laboratory.” Revised paragraph stating that Contractor’s laboratory used to develop the job mix formula (JMF) shall meet the requirements of ASTM D 3666. Laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction l. Paragraph 401-5.1. Inserted following statement concerning testing organizations performing these tests meeting the requirements of ASTM D 3666: “The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction m. Paragraph 401-8.1: Revised paragraph: “Payment for a lot of bituminous concrete pavement meeting all acceptance criteria as specified in Paragraph 401-5.2 shall be made based on results of tests for [smoothness,] mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1a for mat density and air voids and 401-8.1c for smoothness, subject to the limitation that:…” n. P-402-3.2. Revised paragraph on laboratory meeting requirements of ASTM D 3666 as follows: “The contractor’s laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666. The laboratory accreditation must be current

and listed on the accrediting authority’s website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction.” o. P-403-3.2. Deleted Engineers Note referring to the Eastern Region Laboratory Procedures Manual. p. P-403-3.5. Paragraph retitled as “JOB MIX (JMF) FORMULA LABORATORY.” Paragraph revised as follows: “The Contractor’s laboratory used to develop the job mix formula (JMF) shall meet the requirements of ASTM D 3666. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction.” q. P-403-5.1. Paragraph revised with the following added: “The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations.” r. P-501 and P-610: Updated information on testing protocol of aggregate for reactivity and use of cementitious materials related to reactivity requirements. (1) 501-2.1 and 610-2.1: Reactivity tests will be tested for expansion at 28-days (30-days from casting). Clarified that each aggregate is tested. (2) 501-2.1: Deleted Engineers Note referring to Engineering Brief No. 70. (3) 501-2.3 and 610-2.6: Additional requirements added for use of Class F flyash when mitigating alkali-silica reactivity and deleted use of Class C flyash. (4) 501-2.3 and 610-2.6: Engineer Note added on use of Class C flyash under limited conditions. Subject to approval of the Engineer and the FAA and a modification to standards is required.. (5) 501-2.3: Revised statement on application of ASTM C 618 Table 3. Deleted requirement for contractor to furnish vendor’s certified test reports for each shipment of flyash used in the project and replace with requirement for contractor to furnish the previous three most recent, consecutive ASTM C-618 reports for each source of flyash proposed in the mix design, and furnish each additional report as they become available during the project. (6) 501-3.2: Deleted first sentence in Engineers Note after paragraph b. s. P-501-3.4. Paragraph retitled as “CONCRETE MIX DESIGN LABORATORY.” Paragraph revised as follows: “The Contractor’s laboratory used to develop the

concrete mix design shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction.” t. P-501-5.1. Reorganized paragraph and added following on meeting ASTM C 1077 requirement: “Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction.” u. P-501-5.2e(4). Added guidance on determining the elevation of the completed pavements. Survey must be made by a licensed surveyor. Documentation, stamped and signed by a licensed surveyor, must be provided by the Contractor to the Engineer. v. P-501-8.1. Paragraph revised as follows: “Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of [smoothness,] strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for strength and thickness and 501-8.1c for smoothness, subject to the limitation that:” w. P-620; a. 620-2.2: Engineers Note-added the following: “Preformed thermoplastic markings shall have a non-reflectorized black border integral to the marking.” b. 620-2.2e(1): added the following: “(a) The markings must be supplied with an integral, non-reflectorized black border.” c. 620-2.3: added information on paint color and bead types. d. 620-3.1: Engineers Note following revised to add “and dew point temperatures..” e. 620-3.3. Engineers Note following revised to add “…or test applications..” f. 620-3.5 Table 1: Note added to table: “Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb/gal (0.24 kg/l) for Type I and Type IV beads. Type III beads shall not be applied to Red or Pink paint.” x. D-701, Pipe for Storm Drains and Culverts. ASTM and AASHTO material requirements added for polyethylene (PE) pipe.

y. D-705, Pipe Underdrains for Airports: ASTM and AASHTO material requirements added for steel reinforced polyethylene (PE) ribbed pipe. z. T-901-2.1. Deleted Federal Specification A-A-2671. Replaced with Fed. Spec. JJJ-S181.

aa. Paragraph L-108-2.3: Clarified title that section applies to bare copper counterpoise, bare copper ground and ground rod. 5. METRICS. To promote an orderly transition to metric units, this AC contains both English and metric dimensions. The metric conversions may not be exact metric equivalents, and until there is an official changeover to the metric system, the English dimensions will govern. 6. COMMENTS OR SUGGESTIONS. Send comments or suggestions for improving this AC toManager, Airport Engineering Division Federal Aviation Administration ATTN: AAS-100 800 Independence Avenue SW Washington DC 20591 7. COPIES OF THIS AC. The Office of Airport Safety and Standards makes its ACs available to the public on the Federal Aviation Administration (FAA) website at http://www.faa.gov/airports/resources/advisory_circulars/.

Michael J. O’Donnell Director of Airport Safety and Standards

09/30/2011

AC 150/5370-10F

  PART I - GENERAL PROVISIONS SECTION 10 -- DEFINITION OF TERMS Whenever the following terms are used in these Specifications, in the Contract, in any documents or other instruments pertaining to construction where these Specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the Airport to a public highway. 10-03 ADDITIVE ALTERNATES. Portions of the Work which will be included in the Contract if funding is adequate to cover the cost of construction, and will be deleted if funding is not adequate. Work within each additive alternate will be as shown on the Plans. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting Bids for Work to be performed and materials to be furnished. 10-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-06 AIR CARRIER RAMP. The portion of the Air Operations Area adjacent to the Air Carrier Terminal intended to be used for parking and servicing commercial aircraft as well as the loading and unloading of passengers, baggage, and cargo. 10-07 AIR OPERATIONS AREA (AOA). For the purpose of these Specifications, the term air operations area shall mean any area of the Airport used or intended to be used for the landing, takeoff, surface maneuvering, or parking of aircraft. The air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-08 AIRPORT (LGB). Airport means an area of land which is used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located within the Long Beach Airport (Daugherty Field), commonly referred to as Long Beach Airport (LGB). 10-09 AIRPORT DIRECTOR. The Director of the Long Beach Airport or the Director’s authorized representatives.

LGB/Department of Public Works City of Long Beach

Section 10 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  10-10 AIRPORT OPERATIONS. Long Beach Airport staff authorized by the Airport Director to represent the City on Airport operational issues. 10-11 APRON. A portion of the Air Operations Area intended to be used for parking and servicing aircraft as well as the loading and unloading of passengers and/or cargo. 10-12 ASTM. The American Society for Testing and Materials. 10-13 AWARD. The award of a Contract for the Work to the lowest responsible bidder by the City Council of the City of Long Beach. 10-14 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a Bid for the Work contemplated. 10-15 BUILDING AREA. An area on the Airport to be used, considered, or intended to be used for Airport buildings or other Airport facilities or rights-of-way together with all Airport buildings and facilities located thereon. 10-16 CALENDAR DAY. Every day shown on the calendar. 10-17 CHANGE ORDER. A written order to the Contractor covering changes in the Plans, Specifications, or Bid quantities and establishing the basis of payment and Contract time adjustment, if any, for the work affected by such changes. The Work, covered by a change order, shall be within the scope of the Contract. 10-18 CITY. Owner, City of Long Beach. 10-19 CONTRACT. The written agreement covering the Work to be performed. The awarded Contract shall include, but is not limited to: The Advertisement; The Contract Form; The Bid; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans; any addenda issued to bidders; and all Change Orders. 10-20 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the Contract. 10-21 CONTRACT TIME. The number of calendar days or working days, stated in the Bid, allowed for completion of the Contract, including authorized time extensions. If a calendar date of completion is stated in the Bid, in lieu of a number of calendar or working days, the Work shall be completed by that date. 10-22 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the Work contracted and for the payment of

LGB/Department of Public Works City of Long Beach

Section 10 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  all legal debts pertaining to the Work who acts directly or through lawful agents or employees to complete the Work. 10-23 CONTRACTOR’S EXPENSE. When “Contractor’s expense”, “at the expense of the Contractor”, or similar phrases are used, it shall be deemed to mean the “Contractor’s sole expense”, “at the sole expense of the Contractor”, etc., and the City will not reimburse the Contractor or pay for any portion of such expense. 10-24 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the Airport area. 10-25 ENGINEER. The City Engineer of the City of Long Beach or the City Engineer’s authorized representative. 10-26 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the Work. 10-27 EXTRA WORK. An item of work not provided for in the awarded Contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the Work within the intended scope of the Contract as previously modified. 10-28 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or the Administrator’s duly authorized representative. 10-29 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-30 FIXED PRICE BID ITEM. A bid item for materials or services that is shown in the Bid as a fixed amount and may not be modified by the Contractor. 10-31 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-32 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and tests of the Work performed or being performed, or of the materials furnished or being furnished by the Contractor.

LGB/Department of Public Works City of Long Beach

Section 10 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  10-33 INTENTION OF TERMS. Whenever, in these Specifications or on the Plans, the words “directed”, “required”, “permitted”, “ordered”, “designated”, “prescribed”, or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words “approved”, “acceptable”, “satisfactory”, or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. “Approved by the Engineer” or “acceptable to the Engineer” shall mean that the Engineer has reviewed a Contractor submittal or Contractor request for general conformance to the Plans and Specifications, and compatibility with the design concept of the completed Work as a functioning whole in the Plans and Specifications. Such approvals shall not extend to the Contractor’s means, methods, techniques, equipment and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. Any reference to a specific requirement of a numbered paragraph of the Contract Specifications or a cited standard shall be interpreted to include all general requirements of the entire Section, specification item, or cited standard that may be pertinent to such specific reference. 10-34 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-35 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the Airport or within the Airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the Airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the Airport surface. 10-36 MAJOR AND MINOR CONTRACT ITEMS. A major Contract item shall be any item that is listed in the Bid, the total cost of which is equal to or greater than 25 percent of the total amount of the Contract award. All other items shall be considered minor Contract items. 10-37 MATERIALS. Any substance specified for use in the construction of the contract Work. 10-38 NOTICE TO PROCEED. A written notice to the Contractor to begin the Work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the Contract time begins. 10-39 OBJECT. Includes, but is not limited to above ground structures, NAVAIDS, people, equipment, vehicles, construction materials, natural growth, terrain, and parked aircraft.

LGB/Department of Public Works City of Long Beach

Section 10 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  10-40 OBJECT FREE AREA (OFA). An area on the ground centered on a runway, taxiway, or taxilane centerline provided to enhance the safety of aircraft operations by having the area free of objects, except for objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. 10-41 OWNER (SPONSOR). The term Owner shall mean the party of the first part or the contracting agency signatory to the Contract. For AIP contracts, the term Sponsor shall have the same meaning as the term Owner. The Owner is the City of Long Beach, California. Whenever reference is made to Owner or City, it shall refer to the City of Long Beach. Whenever reference is made to City Manager, City Engineer, Engineer, Airport Director, Airport Electrician or Airport Operations, it shall refer to the City of Long Beach employee or authorized representative. 10-42 PAVEMENT STRUCTURE. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-43 PAYMENT BOND. The approved form of security furnished by the Contractor and the Contractor’s surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the Work. The “Labor and Material Bond” shall be the approved form of security. 10-44 PERFORMANCE BOND. The approved form of security furnished by the Contractor and the Contractor’s surety as a guaranty that the Contractor will complete the Work in accordance with the terms of the Contract. The “Bond for Faithful Performance” shall be the approved form of security. 10-45 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the Airport and the Work to be done and which are to be considered as a part of the Contract, supplementary to the Specifications. 10-46 PROJECT. The agreed Scope of Work for accomplishing specific Airport development with respect to a particular airport. 10-47 PROPOSAL. The written offer of the bidder (when submitted on the approved Bid form) to perform the contemplated Work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. Defined to be a complete and responsive Bid. 10-48 PROPOSAL GUARANTY. The security furnished with a Bid to guarantee that the bidder will enter into a Contract if the bidder’s Bid is accepted by the Owner. The “Bidder’s Bond” shall be the approved form of security. 10-49 RAMP. See APRON.

LGB/Department of Public Works City of Long Beach

Section 10 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  10-50 RAMPS. Temporary Construction for the purpose of alleviating or eliminating vertical edges caused by construction within Safety Areas. The maximum allowable slope shall be five (5) percent. 10-51 RUNWAY (RWY). A defined rectangular surface on the Airport prepared or suitable for the landing or takeoff of aircraft. 10-52 RUNWAY SAFETY AREA (RSA). A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway. 10-53 SAFETY AREAS. A defined surface prepared or suitable for reducing the risk of damage to airplanes. 10-54 SPECIFICATIONS. A part of the Contract containing the written directions and requirements for completing the Work. Standards for specifying materials or testing which are cited in the Specifications by reference shall have the same force and effect as if included in the Specifications physically. 10-55 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the Airport that may be encountered in the Work and not otherwise classified herein. 10-56 SUBCONTRACTOR. An individual, partnership, firm, or corporation having a direct contract with the Contractor or with any other subcontractor for the performance of a part of the Work. 10-57 SUBGRADE. The soil on which pavement, surfacing, base, subbase, or a layer of any other material is placed. 10-58 SUPERINTENDENT. The Contractor's executive representative who is present on the Work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-59 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering: (1) work that would increase or decrease the total amount of the awarded Contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded Contract; or (2) work that is not within the scope of the originally awarded Contract that would increase the total amount of the awarded Contract by more than 25 percent.

LGB/Department of Public Works City of Long Beach

Section 10 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  10-60 SURETY. The individual, partnership, firm, or corporation, other than the Contractor, executing payment or performance bonds which are furnished to the Owner by the Contractor. 10-61 TAXILANE (TLN). Specific portions of the airfield used for access between taxiways and aircraft parking positions. 10-62 TAXILANE SAFETY AREA (TLSA). A defined surface along the taxilane prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxilane. 10-63 TAXIWAY (TWY). For the purpose of this Contract, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-64 TAXIWAY SAFETY AREA (TWSA). A defined surface along the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. 10-65 TRANSPORTATION SECURITY ADMINISTRATION (TSA). The Transportation Security Administration of the United States Department of Homeland Security. When used to designate a person, TSA shall mean the Administrator or the Administrator’s duly authorized representative. 10-66 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans, and Specifications. 10-67 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the Contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. 10-68 ALLOWANCE. An amount established in the Bid by the City of Long Beach to

reimburse the Contractor for its actual expenses for an item of Work.

END OF SECTION 10

LGB/Department of Public Works City of Long Beach

Section 10 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 20 -- BID REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). The “Notice Inviting Bids” shall be the Notice to Bidders. 20-02 MINIMUM QUALIFICATIONS OF BIDDERS. Bidders shall submit evidence of the following qualifications and experience of the Contractor or subcontractors with the Bid:

1. The Contractor or security subcontractor shall have experience providing and installing video surveillance systems on airports or comparable secured facility in accordance with Specification Item 28 23 00, “Video Surveillance”. The Contractor or the security subcontractor listed to meet the 28 23 00 experience requirement shall have completed one (1) similar security projects in accordance with Item 28 23 00 since January 1, 2008, prior to the deadline for submission of bids. The Contractor shall list the percentage of 28 23 00 work performed by the Contractor or security subcontractor.

The minimum qualifications and experience requirements are described in more detail in the “Airport Security – Contractor’s Minimum Qualifications and Experience Statement” form in the Bid. Bidders shall submit the completed form with the Bid. Failure to submit complete and accurate statements of experience may render the Bid non-responsive. Submission of inaccurate or misleading information on the statements of experience shall render the Bid non-responsive. The experience of the listed subcontractor may have been obtained while in the role of prime contractor, while subcontracting to the Contractor, or while subcontracting to any other contractor. The Contractor shall clearly indicate the company/firm that performed the previous work for which experience is claimed and the role in which the previous work was performed (prime contractor or subcontractor). 20-03 CONTENTS OF BID FORMS. The Owner shall furnish Bidders with bid forms. All papers bound with or attached to the bid forms are necessary parts and must not be detached. The Plans, Specifications, and other documents designated in the Bid shall be considered a part of the contract documents whether attached or not. 20-04 ISSUANCE OF BID FORMS. The Owner reserves the right to refuse to issue a bid form to a prospective Bidder should such Bidder be in default for any of the following reasons:

LGB/Department of Public Works City of Long Beach

Section 20 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  a.

Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the Bid as a requirement for bidding.

b.

Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the bid forms to a prospective bidder.

c.

Contractor default under previous contracts with the Owner.

d.

Unsatisfactory work, as determined by the Owner in its sole discretion, on previous contracts with the Owner.

20-05 INTERPRETATION OF ESTIMATED QUANTITIES. The estimate of quantities of Work to be done and materials to be furnished under the Specifications stated herein are only projections. The estimate of quantities is given only as a basis for comparison of Bids and the award of the Contract. The Contractor shall furnish whatever quantities are actually needed to complete the Work, whether the quantities are more or less than the estimates, at the unit prices bid. There is no guarantee that the total amount bid will be reached, and it may be exceeded. Payment to the Contractor will be made only for the actual quantities of Work performed or materials furnished in accordance with the Plans and Specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the Subsection titled, “ALTERATION OF WORK AND QUANTITIES” of Section 40 without in any way invalidating the unit prices bid. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the Work site, Bid forms, Plans, Specifications, and Contract forms. Each bidder must become fully informed as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the Plans and Specifications. The submission of a Bid shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the Work and as to the requirements of the Contract, Plans, and Specifications. It is understood and agreed that such subsurface information, whether included in the Plans, or Specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner’s design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from the bidder’s examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. Each bidder must become fully informed of the conditions relating to the Work and the employment of labor thereon. Failure to do so will not relieve the Contractor of LGB/Department of Public Works City of Long Beach

Section 20 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  the obligation to furnish all material and labor necessary to carry out the provisions hereof. Bidders are hereby instructed that the City will conduct a mandatory pre-bid conference as stated in Division A. 20-07 PREPARATION OF BID. The bidder shall submit its Bid using the bid forms in Division C. The Bid shall be prepared in accordance with the “Instructions to Bidders” in Division B. 20-08 IRREGULAR BIDS. Bids shall be considered irregular for reasons determined by the Owner in its sole discretion, including but not limited to: a.

If the Bid is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the Bid form is detached.

b.

If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the Bid incomplete, indefinite, or otherwise ambiguous.

c.

If the Bid does not contain a unit price for each pay item listed in the Bid.

d.

If the Bid contains unit prices that are obviously unbalanced.

e.

If the Bid is not accompanied by the Bid guaranty specified by the Owner.

The Owner reserves the right to reject any irregular Bid and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each Bid shall be accompanied by a guarantee in accordance with the “Instructions to Bidders” included elsewhere herein. 20-10 DELIVERY OF BID. Delivery of bids shall be in accordance with the “Instructions to Bidders” and “Notice Inviting Bids” included elsewhere herein. 20-11 WITHDRAWAL OR REVISION OF BIDS. A bidder may withdraw or revise (by withdrawal of one Bid and submission of another) a Bid provided that the bidder's request for withdrawal is received by the Owner in writing before the time specified for opening bids. Revised Bids must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF BIDS. Bids shall be opened, and read, publicly at the time and place specified in the Notice Inviting Bids. Bidders, their authorized agents, and other interested persons are invited to attend. Bids that have been LGB/Department of Public Works City of Long Beach

Section 20 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  withdrawn (by written request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. disqualified for any of the following reasons:

A bidder shall be considered

a.

Submitting more than one Bid from the same partnership, firm, or corporation under the same or different name.

b.

Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future Work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder.

c.

If the bidder is considered to be in “default” for any reason specified in the Subsection titled, “ISSUANCE OF BID FORMS” of this Section.

20-14 SUBCONTRACTORS. Bidders shall submit a list of subcontractors as required in the current edition of Subsection 2-3.1, “General”, of the Standard Specifications for Public Works Construction. Failure to submit such list may cause the Bid to be rejected as non-responsive. To the extent that Subsection 2-3.1 of the Standard Specifications for Public Works Construction is inconsistent with Long Beach Municipal Code Sections 2.87.010 through 2.87.080, the Long Beach Municipal Code supersedes Subsection 2-3.1. 20-15 INFORMATION PROVIDED DURING THE BID PERIOD. The bidder may, prior to bid opening, request in writing from the Engineer clarification of the Plans and Specifications. If the Engineer, in the Engineer’s sole discretion, believes there is a need for clarification, the Engineer will issue an Addendum to all prospective bidders. No verbal requests will be honored. No verbal clarifications can be given but, if any verbal statements are made by any City employee, the bidder acknowledges by submitting a Bid that said employee had no authority to make such statement and warrants that the bidder did not rely on such statements. Questions during the bid period should be directed to Arlene Lopez All questions must be submitted by e-mail. [email protected]. Questions must be sent no later than 10 working days prior to date of bid opening to ensure a response prior to the bid opening. 20-16 STATEMENTS MADE AFTER BID OPENING BUT PRIOR TO AWARD OF A CONTRACT. Bidders are cautioned that comments and statements, whether oral or written, made by City employees regarding the validity of Bids, the waiver of deviations from Specifications, the possibility or probability of an award being made to a particular bidder, and other similar matters are NOT binding on the City. Bidders should not order materials, obtain financing or take other actions based on LGB/Department of Public Works City of Long Beach

Section 20 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  such comments and statements. Only authorization of a contract by the City Council is conclusive and binding on the City with respect to this Bid and its resulting contract. However, prior to authorization by the City Council, bidders may rely on: (1) approval of an "equal" or "substitute" item which will be issued in writing; and (2) written notice of intent to award, which is often issued prior to the authorization by the City Council so that a bidder can order materials that have a long lead time. END OF SECTION 20

LGB/Department of Public Works City of Long Beach

Section 20 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 30 -- AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF BIDS. The City shall review, consider, and compare bids in accordance with the “Instruction to Bidders” and “Notice Inviting Bids” included in the Bid forms. The City reserves the right, in its discretion, to reject any and all Bids and, to the extent not prohibited by law, to waive any minor irregularity or informality in any Bid that does not affect the validity of the Bid and does not give the bidder a competitive advantage over other bidders. Until the award of a Contract is made, the Owner reserves the right to reject a bidder's Bid for any of the following reasons: a.

If the Bid is irregular as specified in the Subsection titled, “IRREGULAR BIDS” of Section 20.

b.

If the bidder is disqualified for any of the reasons specified in the Subsection titled, “DISQUALIFICATION OF BIDDERS” of Section 20.

In addition, until the award of the Contract is made, the Owner reserves the right to reject any or all bids; waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new bids; or proceed with the Work. 30-02 AWARD OF CONTRACT. The award of a Contract, if it is to be awarded, shall be made within 90 working days after the date specified for publicly opening Bids, unless otherwise specified herein. Award of the Contract shall be made by the Owner to the lowest, responsible bidder whose Bid conforms to the cited requirements of the Owner. 30-03 RETURN OF BID GUARANTY. Return of bid security will be made as specified in the Notice Inviting Bids. 30-04 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the Contract, the successful bidder shall furnish to the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the Work and the payment of all legal debts that may be incurred by reason of the Contractor’s performance of the Work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this Subsection, the surety bond or bonds shall be in a sum equal to the full amount of the Contract.

LGB/Department of Public Works City of Long Beach

Section 30 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Section 2-4, “Contract Bonds,” of the “Standard Specification for Public Works Construction” is supplemented by the following: The bonds furnished shall be the “Bond for Faithful Performance,” and the “Labor and Material Bond.” Sureties that are not listed in the latest revision of the United States Department of the Treasury Circular 570 shall nevertheless be admitted to issue bonds in the State of California. 30-05 EXECUTION OF CONTRACT. The Contractor shall sign a Contract and return it to the Owner, along with the fully executed surety bond or bonds specified in the Subsection titled REQUIREMENTS OF CONTRACT BONDS of this Section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the Contract is mailed, special handling is recommended. 30-06 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the Contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the Subsection titled EXECUTION OF CONTRACT of this Section shall be just cause for cancellation of the award and forfeiture of the Bid guaranty, not as a penalty, but as liquidated damages to the Owner. 30-07 LABOR. Delete the third paragraph of Subsection 7-2.2, “Laws,” of the Standard Specifications for Public Works Construction and substitute the following: The Contractor to whom the contract is awarded must comply with the Federal Wage Decision contained in Division E of the Specifications and all record-keeping requirements of the Davis Bacon Act. The Contractor to whom the contract is awarded, along with its subcontractors, shall pay not less than the general prevailing rate of per diem, holiday and overtime wages established by the Department of Industrial Relations (DIR) of the State of California for the locality in which the public work is to be performed for each craft, classification or type of worker needed to execute the contract, where such rates are not less than the above-referenced Federal Davis Bacon wage rates. Refer to the California DIR’s website, http://www.dir.ca.gov/dlsr, for such prevailing wages and additional information. The Contractor shall cause all work performed in connection with construction of the work to be performed in compliance with all applicable federal and state labor standards, including the prevailing wage provisions of sections 1770 et seq. of the California Labor Code. The Contractor shall indemnify, defend and hold the City, its Boards, Commissions, and their officials, employees and agents (“Indemnified Parties”) harmless from any and all claims, causes of action or liabilities that may be asserted against or incurred by Indemnified Parties with respect to or in any way arising from the Work’s compliance with or failure to comply with applicable federal LGB/Department of Public Works City of Long Beach

Section 30 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  and state labor requirements including, without limitation, the requirements of California Labor Code section 1770 et seq. The Contractor agrees that all public work (as defined in California Labor Code section 1720) performed pursuant to the Contract Documents (the “Public Work”), if any, shall comply with the requirements of California Labor Code sections 1770 et seq. City and Indemnified Parties make no representation or statement that the Work, or any portion thereof, is or is not a “public work” as defined in California Labor Code section 1720. Per diem wages shall be deemed to include employer payments for health and welfare, pension, vacation, travel time and subsistence pay, as provided for in the Labor Code of the State of California. The Contractor and each subcontractor shall pay directly to each worker employed by it on the Work, who is not a member of an organization having a recognized collective bargaining agreement for that particular craft or work classification, or to make such payments irrevocably to a trustee or to a third person, pursuant to a fund, plan or program for the benefit of employees, their families and dependents, the full value of the employer payments identified in the preceding paragraphs as being included as a part of per diem wages. Add the following: Apprentice Employment. The Contractor shall comply with Section 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under the Contractor and, by submitting a Bid and executing a contract, the Contractor stipulates that it shall so comply. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the Contract. The ratio of apprentices to journeymen in such cases shall be not less than 1 to 5, except as specified by law. The Contractor shall contribute to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices, or journeymen in an apprenticeable trade, and if other contractors on the site are making such contributions. The Contractor shall adhere to the requirements of the following FAA requirements for federal aid projects, included in Division E: “City of Long Beach General Requirements Supplement for Federally Funded Construction Projects under the Airport Improvement Program. The Contractor shall also LGB/Department of Public Works City of Long Beach

Section 30 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  comply with Sections 103 and 105 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and the Copeland “Anti-Kick Back” Act. 30-08 INSURANCE. Delete the provisions of Section 7-3, “Liability Insurance,” and Section 7-4, “Workers’ Compensation Insurance,” of the “Standard Specifications for Public Works Construction”. Instead, prior to execution of the Contract, the Contractor shall comply with the following requirements and the City of Long Beach Certificate of Insurance and Endorsements. Contractor shall, at its sole cost and expense, procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work hereunder by the Contractor, Contractor's agents, representatives, officers, employees or subcontractors. Payment for insurance shall be considered as included in the various items of Work as bid, and no additional payment will be made therefor. a.

Minimum Insurance Requirements (1)

Commercial general liability insurance (equivalent in scope to Insurance Services Office (ISO) form number CG 00 01 11 85 or CG 00 01 11 93) in an amount not less than $1,000,000 per occurrence and $2,000,000 general aggregate. Such coverage shall include but shall not be limited to broad form contractual liability, XCU (explosion, underground, and collapse) perils, products and completed operations liability, independent contractors liability, and cross liability protection. The City, its Boards and Commissions, and their officials, employees, and agents shall be named as additional insureds by endorsement equivalent in scope to ISO form CG 20 10 11 85 or to both CG 20 10 10 01 and CG 20 37 10 01. There shall be no limitations on the coverage afforded to the City, its Boards and Commissions, and their officials, employees and agents.

(2)

Commercial automobile liability insurance equivalent in scope to ISO form CA 00 01 06 92 covering symbol 1, "Any Auto" in an amount not less than $1,000,000 combined single limit. The City, its Boards and Commissions, and their officials, employees, and agents shall be named as additional insureds by endorsement. There shall be no limitation of coverage afforded to the City, its Boards and Commissions, and their officials, employees, and agents.

(3)

Workers' compensation insurance as required by the California Labor Code and employer's liability insurance in an amount of not less than $1,000,000 per accident or occupational illness.

LGB/Department of Public Works City of Long Beach

Section 30 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  (4)

b.

Excess Liability Insurance, following form with respect to Section 30-08a(1) and 30-08a(2), with limits not less than $4,000,000 per occurrence and in aggregate.

Acceptability of Insurers The insurance required herein must be placed with carriers as follows: 1. Non-admitted in California and subject to Section 1763 of the Insurance Code (a current list of eligible surplus lines insurers is maintained by the California Department of Insurance at http://www.sla-cal.org/carrier_info/lesli/) with a current financial responsibility rating of A (Excellent) or better and a current financial size category (FSC) of VIII (capital surplus and conditional surplus funds of greater than $100 million) or greater as reported by A.M. Best company or equivalent, or 2. Admitted (licensed) in the State of California with a current financial responsibility rating of A (Excellent) or better and a current financial size category (FSC) of V (capital surplus and conditional surplus funds of greater than $10 million) or greater as reported by A.M. Best Company or equivalent; or 3. For Worker’s Compensation only, admitted (licensed) in the State of California.

c.

Verification of Coverage The Contractor shall furnish to the City the documentation set forth in paragraph d. prior to the effective date of the Contract, and shall, at least 30 days prior to expiration of the insurance required herein, furnish to the City renewal documentation. Each required document shall be signed by the insurer or a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete, certified copies of all insurance required herein at any time. The Contractor shall notify the City in writing within 5 business days if any insurance required herein is voided by the insurer or cancelled by the insured. Such notice shall be sent by certified mail, return receipt requested, and shall include a certificate of insurance and the required endorsements for the replacement coverage.

d.

Documentation Required The certificates and endorsements shall be on forms provided by the City and shall be received and approved by the City before Work commences. As an

LGB/Department of Public Works City of Long Beach

Section 30 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  alternative, Contractor may submit certified copies of any policy that includes the required endorsement language as set forth below in paragraphs d.(2), d.(3), and d.(4). (1) Certificates of insurance evidencing the required general liability insurance, automobile liability insurance, and workers' compensation insurance required hereunder. (2)

(3)

General liability insurance endorsements a)

ADDITIONAL INSURED endorsement equivalent in scope to ISO form CG 20 10 11 85 or to both CG 20 10 10 01 and CG 20 37 10 01, naming the City, its Boards and Commissions, and their officials, employees, and agents as additional insureds.

b)

CANCELLATION endorsement, which provides that the City is entitled to 30 days prior written notice of cancellation or nonrenewal of the policy, or reduction in coverage, by certified mail, return receipt requested.

c)

CONTRIBUTION NOT REQUIRED endorsement, which provides that the insurance afforded by the general liability policy is primary to any insurance or self- insurance of the City, its Boards or Commissions, or their officials, employees, or agents as respects operations of the Named Insured. Any insurance maintained by the City, its Boards or Commissions, their officials, employees, or agents shall be in excess of Contractor's insurance and shall not contribute to it.

d)

SEVERABILITY OF INTEREST endorsement, which provides that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

e)

ADDITIONAL INSURED COVERAGE NOT AFFECTED BY INSURED'S DUTIES AFTER ACCIDENT OR LOSS endorsement. The policy must be endorsed to provide that any failure to comply with the reporting provisions of the policy shall not affect coverage to the City, its Boards or Commissions, or their officials, employees, or agents.

Automobile liability insurance a)

ADDITIONAL INSURED endorsement naming the City, its Boards and Commissions, and their officials, employees, and

LGB/Department of Public Works City of Long Beach

Section 30 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  agents as additional insureds with respect to any auto owned, leased, hired, borrowed or used by the Named Insured in connection with this Contract.

(4)

b)

CANCELLATION endorsement, which provides that the City is entitled to 30 days prior written notice of cancellation or nonrenewal of the policy, or reduction in coverage, by certified mail, return receipt requested.

c)

CONTRIBUTION NOT REQUIRED endorsement, which provides that the insurance afforded by the general liability policy is primary to any insurance or self- insurance of the City, its Boards or Commissions, or their officials, employees, or agents as respects operations of the Named Insured. Any insurance maintained by the City, its Boards or Commissions, or their officials, employees, or agents shall be in excess of Contractor's insurance and shall not contribute to it.

d)

SEVERABILITY OF INTEREST endorsement, which provides that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

e)

ADDITIONAL INSURED COVERAGE NOT AFFECTED BY INSURED'S DUTIES AFTER ACCIDENT OR LOSS endorsement. The policy must be endorsed to provide that any failure to comply with the reporting provisions of the policy shall not affect coverage to the City, its Boards or Commissions, or their officials, employees, or agents.

Workers' compensation endorsements

and

employer's

liability

insurance

a)

CANCELLATION endorsement, which provides that the City is entitled to 30 days prior written notice of cancellation or nonrenewal of the policy, or reduction in coverage, by certified mail, return receipt requested.

b)

WAIVER OF SUBROGATION endorsement, which provides that the insurer will waive its right of subrogation against the City, its Boards and Commissions, and their officials, employees and agents with respect to any losses paid under the terms of the workers' compensation and employer's liability insurance policy which arise from work performed by the Named Insured for the City.

LGB/Department of Public Works City of Long Beach

Section 30 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  e.

f.

Self-insured programs, self-insured retentions, deductibles (1)

Any self-insurance program, self-insured retention, or deductible must be approved separately in writing by the City's Risk Manager or designee and shall protect the City, its Boards and Commissions and their officials, employees, and agents in the same manner and to the same extent as they would have been protected had the policy or policies not contained such self-insurance, self-insured retention, or deductible provisions.

(2)

The Contractor is expressly obligated to provide for the legal defense and investigation of any claim against the City as an additional insured and for all costs and expense incidental to such defense or investigation.

(3)

The Contractor shall, upon request, complete the City's selfinsurance questionnaire and required certification by the Contractor's financial officer.

Subcontractors The Contractor shall require that all subcontractors meet the requirements of this Section unless otherwise agreed in writing by City's Risk Manager or designee. END OF SECTION 30

LGB/Department of Public Works City of Long Beach

Section 30 - 8

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 40 -- SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the Contract is to provide for construction and completion, in every detail, of the Work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the Work in accordance with the Plans, Specifications, and terms of the Contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the Work as may be necessary or desirable to complete the Work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the Work as may increase or decrease the originally awarded Contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded Contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the Contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original Contract. These alterations that are for work within the general scope of the Contract shall be covered by “Change Orders” issued by the Engineer. Change orders for altered work shall include extensions of Contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added Work. Should the aggregate amount of altered Work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the Contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U. S. Secretary of Labor. However, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded Contract or any major Contract item by more than 25 percent, the supplemental agreement shall be subject to the same U. S. Secretary of Labor wage determination as was included in the originally awarded Contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the Work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other Contract provision or requirement. LGB/Department of Public Works City of Long Beach

Section 40 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the Subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the Contract require the Contractor to perform an item of Work for which no basis of payment has been provided in the original Contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the Contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order Work in accordance with the requirements specified in the order, and shall contain any adjustment to the Contract time that, in the Engineer's opinion, is necessary for completion of such extra Work. Extra work shall be paid for as provided in Subsection 90-05. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with extra work by force account as provided in the Subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the Work covered by the original Contract shall be covered by a contract change order or a Supplemental Agreement as hereinbefore defined in the Subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the Plans, Specifications, and Contract that the safety of aircraft, passengers, as well as the Contractor's and Airport’s equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations area of the Airport with respect to the Contractor’s own operations and the operations of all subcontractors as specified in the Subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the Airport as specified in the Subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS of Section 70.

LGB/Department of Public Works City of Long Beach

Section 40 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Duct, cable, electrical, and paving work shall be accomplished with special care and recognition of the importance of avoiding the disruption of air traffic control functions. Unless otherwise approved in writing, any work in conjunction with or adjacent to cable and duct systems shall be done only in the presence of, and pursuant to a schedule satisfactory to, an authorized representative of the FAA. With respect to the Contractor’s own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the Airport. Flaggers shall be provided at all active airfield pavement crossings. One flagger shall be located at each side of the ramp, or runway, taxiway, or taxilane safety area. All crossing locations shall be approved by the Engineer and Airport Operations. Flaggers shall be in communication with each other at all times. Flaggers shall clear construction equipment and request FOD control sweeping of the crossing location. Aircraft movements shall be yielded to by all construction equipment. Flaggers shall hold construction equipment clear of the ramp, or runway, taxiway, or taxilane safety area until the aircraft has moved beyond the crossing location so as to protect the equipment from jet blast. Vehicle Monitors may be utilized by the Contractor in lieu of individual escorts as long as construction traffic is maintained within the specified construction haul routes and work areas and the traffic is visible to a vehicle monitor at all times. Vehicle monitors are to be in communication with each other at all times and positioned along the haul routes to maintain visual contact with all construction traffic cleared into the AOA by the security guards posted at the access gates. The City reserves the right to eliminate the use of vehicle monitors, if in the Engineer’s sole opinion, positive control is not maintained by the Contractor of construction equipment and supply trucks entering the Airport. If vehicle monitors are eliminated, the Contractor, at the Contractor’s sole expense, shall provide one-toone escorts for construction vehicles. Where traffic is directed around or adjacent to the construction area the Contractor shall maintain traffic as specified in Subsection 70-08, “Barricades, Warning Signs and Hazard Markings.” The Contractor shall make the Contractor’s own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this Subsection. Payment for maintaining the aircraft and vehicular traffic specified in this Subsection shall be considered as included in the unit prices bid for various items of the Work and no additional payment will be made therefore.

LGB/Department of Public Works City of Long Beach

Section 40 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the Work or to remain in place. The cost of removing such existing structures shall be considered as included in the unit price bid for the various items of the Work and no additional payment will be made therefor. Should the Contractor encounter an existing structure (above or below ground) in the Work for which the disposition is not indicated on the Plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be determined by the Engineer in accordance with the provisions of the Plans and Specifications. Except as provided in the Subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this Section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the Work) shall be used in the Work as otherwise provided for in the Plans and Specifications and shall remain the property of the Owner when so used in the Work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the Plans and Specifications to be either embankment or waste, the Contractor may at the Contractor’s option either: a.

Use such material in another bid item, providing such use is approved by the Engineer and is in conformance with the Specifications applicable to such use; or

b.

Remove such material from the site, upon written approval of the Engineer; or

c.

Use such material for the Contractor’s own temporary construction on site; or

d.

Use such material as intended by the Plans and Specifications.

Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable unit price bid. The Contractor shall replace, at the Contractor’s sole expense, such removed or excavated material with an agreed equal volume of LGB/Department of Public Works City of Long Beach

Section 40 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the Work. The Contractor shall not be charged for the Contractor’s use of such material so used in the Work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable unit price bid, for furnishing and installing such material in accordance with requirements of the bid item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of the Contractor’s exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the Work, except where such excavation or removal is provided for in the Plans or Specifications. 40-08 FINAL CLEANING UP. Upon completion of the Work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and removed vegetation. The Contractor shall leave the site neat, clean, and free of foreign object debris (FOD) that could present a hazard to aircraft. Material cleared from the site and deposited on an adjacent property will not be considered as having been disposed of satisfactorily. Material cleared and removed from the site shall be disposed of at a properly licensed facility. The Contractor shall make its own 40-09 CONSTRUCTION UTILITIES. arrangements and pay for telephone, electrical power, gas, and water for the Contractor’s own use during construction operations, including necessary service lines to the nearest point of takeoff. 40-10 PAYMENT. Unless specifically noted otherwise herein, payment for conforming to the requirements of section 40 shall be considered as included in the unit prices bid for various items of Work and no additional payment will be made therefore.

END OF SECTION 40

LGB/Department of Public Works City of Long Beach

Section 40 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 50 -- CONTROL OF WORK

50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the Work. The Engineer shall decide all questions which may arise as to the interpretation of the Specifications or Plans relating to the Work, the fulfillment of the Contract on the part of the Contractor, and the rights of different Contractors on the Work site. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the Contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the Plans or Specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the Plans and Specifications, but that the portion of the Work affected will, in the Engineer’s opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of the Engineer’s determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance which will provide for an adjustment in the unit price bid for the affected portion of the Work. The Engineer's determination and recommended bid price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in the Engineer’s opinion, needed. Changes in the bid price shall be covered by Contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the Plans and Specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the sole expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this Subsection, the term “reasonably close conformity” shall not be construed as waiving the Contractor's responsibility to complete the Work in accordance with the Plans and Specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of LGB/Department of Public Works City of Long Beach

Section 50 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  the Plans and Specifications during the Contractor's prosecution of the Work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the Work. For the purpose of this Subsection, the term “reasonably close conformity” is also intended to provide the Engineer with the authority to use good engineering judgment in the Engineer’s determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the Plans and Specifications. The Engineer will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. The Plans, 50-03 COORDINATION OF PLANS AND SPECIFICATIONS. Specifications, and all referenced standards cited are essential parts of the Contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for the complete Work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; technical Specifications shall govern over general provisions, Plans, cited standards for materials or testing, and cited FAA advisory circulars; general provisions shall govern over Plans, cited standards for materials or testing, and cited FAA advisory circulars; Plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the Plans or within the Specifications. In the event the Contractor discovers any apparent error or discrepancy, the Contractor shall immediately call upon the Engineer for the Engineer’s interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with 5 copies each of the Plans and Specifications. The Contractor shall have available on the Work site at all times one copy each of the Plans and Specifications. Additional copies of Plans and Specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the Work to facilitate the progress thereof, and shall cooperate with the Engineer, Airport Operations, Construction Inspectors, and any other contractors in every way possible. The Engineer shall LGB/Department of Public Works City of Long Beach

Section 50 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the Work site at all times who is fully authorized as the Contractor’s agent on the Work. The superintendent shall be capable of reading and thoroughly understanding the Plans and Specifications and shall receive and fulfill instructions from the Engineer or the Engineer’s authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the Work. When separate contracts are let within the limits of any one project, each Contractor shall conduct its work so as not to interfere with or hinder the progress or completion of the Work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with its contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by the Contractor because of the presence and operations of other Contractors working within the limits of the same project or elsewhere on the Airport. The Contractor shall arrange its Work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of or in the vicinity of the project. The Contractor shall join its work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. It is anticipated that, at a minimum, the following projects, under separate contracts, may be constructed during the course of the improvements to Runway 12-30 RSA: a. b. c. d. e. f. g.

Improvement to the Air Carrier Ramp Phase III Rehabilitation of Access to Taxiways E & F Improvements to Taxiway and Taxilane J. Improvements to the Terminal area. Improvements to Runway 7L-25R. Perimeter Security Improvements (Fencing and Cameras) Improvements to Taxiway D & A

50-06 CONSTRUCTION LAYOUT AND STAKES. The Contractor shall set and maintain all stakes and marks necessary for the construction of the Work and for the performance of any additional design surveys that may be required. Except for the survey control data provided on the Plans, all calculations, surveying and measures required for setting and maintaining the necessary lines and grades shall be performed by the Contractor.

LGB/Department of Public Works City of Long Beach

Section 50 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  The Contractor shall provide topographic survey data and computations for portions of the Work before and after construction of materials to be paid for by area and volumetric unit prices. Surveys, in an electronic format acceptable to the Engineer, shall be provided to the Engineer one week prior to all progress pays which include payment of such materials. No payment will be processed without complying with the above. The Contractor must give weekly copies of the survey notes to the Engineer. In case of error on the part of the Contractor, resulting in establishing grades and/or alignment that are not in accordance with the Plans, all construction not in accordance with the established grades and/or alignment shall be replaced at the Contractor’s sole expense. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the unit price of the bid for the various items of work. Construction Staking and Layout includes but is not limited to: a. b. c. d.

e.

f.

Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: 1. Runway – minimum 5 per station 2. Taxiways – minimum 3 per station 3. Holding apron areas – minimum 3 per station 4. Roadways – minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: 1. Runway – minimum 5 per station 2. Taxiways – minimum 3 per station 3. Holding apron areas – minimum 3 per station Pavement areas: 1. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations 2. Between Lifts at 25 foot stations for the following section locations: (a). Runways – each paving lane width (b). Taxiways – each paving lane width (c). Holding areas – each paving lane width 3. After finish paving operations at 50 foot stations; All paved areas – Edge of each paving lane prior to next paving lot. 4. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets

LGB/Department of Public Works City of Long Beach

Section 50 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  g.

h. i. j.

Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI’s, PAPI’s, REIL’s, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane).

Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer at the Contractor’s sole expense. Prior to setting any construction stakes, the Contractor shall first verify the accuracy of the control points established by the Engineer as shown on the Plans. If errors are discovered during this verification process, and the control points do not agree with the geometry shown in the Plans, the Contractor shall immediately notify the Engineer in writing, explaining the issue in detail. The Engineer will advise the Contractor within 5 working days of any corrective actions, which may be deemed necessary. Secondly, upon completion of this verification process, the Contractor’s registered Land Surveyor shall certify in writing, that all control points established by the Engineer are acceptable and adequate to allow the Contractor’s construction staking to meet the accuracy requirements of the specifications. Surveys performed by the Contractor shall conform to the California Land Surveyor’s Act. In accordance with the Act, “responsible charge” for surveying shall reside with a licensed land surveyor or a civil engineer qualified to practice land surveying in California. The minimum standard of survey quality shall be that of similar surveys performed by the City of Long Beach. The Contractor shall provide the Engineer with copies of all calculations, survey notes, and staking data when requested by the Engineer. The Engineer shall decide all questions which may arise as to the quality or acceptability of deliverables furnished and surveying performed for this Work, and the Engineer’s decision shall be final. The Contractor shall verify layout information shown on the Plans before proceeding with layout of construction features. The Contractor shall record deviations from the required lines and levels and shall advise the Engineer promptly upon detecting deviations exceeding indicated or recognized tolerances. Record deviations which are accepted (not corrected) shall be shown on the as-built record drawings. Before final acceptance of the Work, the LGB/Department of Public Works City of Long Beach

Section 50 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Contractor shall provide the Engineer all computations, survey notes, and other survey data used to accomplish the Work, which shall become the property of the City. Construction stakes shall be removed from the Work when no longer needed. Subsection 2-9.1, “Permanent Survey Markers,” of the Standard Specifications for Public Works Construction is supplemented by the following: The Contractor shall be responsible for the preservation and perpetuation of all existing monuments which control boundaries or rights-of-way, or which provide survey control, including benchmarks, which will be disturbed by the Contractor’s activities. Payment for surveying by the Contractor shall be considered as included in the unit prices bid for the various items of Work, and no additional payment will be made therefor. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the Contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the Plans and Specifications. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the Work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the Contract. Inspectors are not authorized to issue instructions contrary to the Plans and Specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or the Contractor’s representatives of any failure of the Work or materials to conform to the requirements of the Plans and Specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for the Engineer’s decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the Work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the Work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the Work LGB/Department of Public Works City of Long Beach

Section 50 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  to the standard required by the Specifications. Should the Work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's sole expense. Any Work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's sole expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the Work was to be performed. Should the Work include relocation, adjustment, or any other modification to existing facilities, not the property of the Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such Work. Such inspection shall in no sense make any facility Owner a party to the Contract, and shall in no way interfere with the rights of the parties to this Contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the Plans and Specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the Subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this Section. Unacceptable Work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the Work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the Subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, Work done beyond the lines shown on the Plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and no compensation will be made therefor. Work so done may be ordered removed or replaced at the Contractor's sole expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this Subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the Work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. LGB/Department of Public Works City of Long Beach

Section 50 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by the Contractor’s hauling equipment and shall correct such damage at the Contractor’s sole expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the Work during construction and until the Work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the Work is maintained in satisfactory condition at all times. In the case where the Work requires the placement of a course upon a course of subgrade previously constructed, the Contractor shall maintain the previous course of subgrade during all construction operations. All costs of maintenance work during construction and before the Work is accepted shall be included in the unit prices bid for various items of Work, and no additional payment will be made therefor. Throughout all phases of construction, including suspension of the Work, and until final acceptance of the Work, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust by cleaning, vacuum sweeping, and sprinkling with water, or other means as directed by the Engineer or Airport Operations. All construction materials and equipment not being used shall be stored and parked in the Contractor’s yard. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and, upon completion of the Work and before final inspection, the entire Work site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the Work as provided in the Subsection titled MAINTENANCE DURING CONSTRUCTION of this Section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory

LGB/Department of Public Works City of Long Beach

Section 50 - 8

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  maintenance condition. exigency that exists.

The time specified will give due consideration to the

Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any Work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the Work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the Plans and Specifications, the Engineer may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the Contract, Plans, or Specifications. To be eligible for partial acceptance, a construction phase must be completed with all grading, drainage, milling, paving, shoulder paving, edge lighting, signage, and pavement marking improvements in place per the Plans and Specifications. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the Work, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the Plans and Specifications is found to be completed in accordance with the Plans and Specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any Work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the Work, another inspection will be made which shall constitute the final inspection, provided the Work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due the Contractor for Work or materials not clearly provided for in the Contract, Plans, or Specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of the Contractor’s intention to claim such additional compensation before the Contractor begins the Work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor LGB/Department of Public Works City of Long Beach

Section 50 - 9

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the Work shall not in any way be construed as proving or substantiating the validity of the claim. When the Work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 AIRPORT ACCESS AND OPERATIONS. All access to the Airport and all operations thereon shall be in strict conformance with Airport policies including the "Long Beach Airport Safety and Security Requirements During Construction," included elsewhere herein, and shall, at all times, be subject to the approval of the Engineer. Scheduling of Work shall be such that aircraft access to open portions of the airfield is provided at all times. The Contractor shall coordinate with the Engineer as to proposed work schedules. The FAA Control Tower must be kept informed of the operations in progress. Access to the Work areas shall be by way of the roadways designated on the Plans. Any damage to access roads or damage created by dust as a result of Contractor's operations shall be repaired immediately, by the Contractor at the Contractor’s sole expense, to the full satisfaction of the Engineer. The Contractor shall provide vehicle monitors and escorts in accordance with Subsection 40-05. No vehicle or personnel shall cross any active runway, taxiway, taxilane, or apron without radio or telephone clearance and approval from the FAA Control Tower. While a runway is open to aircraft operations, no construction may occur closer than 250 feet from the centerline and 1000 feet from the end of Runways 12-30 and 7L25R, and 75 feet from the centerline and 300 feet from the end of Runways 7R-25L, 16R-34L, and 16L-34R. While a taxiway is open to aircraft operations, no construction may occur closer than 129.5 feet from the centerline, or at least one-half of the widest wingspan of the aircraft expected to use the taxiway, whichever distance is greater. The Contractor shall maintain adequate clearance between construction equipment and any part of an aircraft. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for LGB/Department of Public Works City of Long Beach

Section 50 - 10

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  each passing aircraft. In these situations, flag persons will be used to direct construction equipment. The presence of construction equipment, rough grades, or open excavations in excess of 3 inches deep within the above areas will require closure of the operation area. Details on necessary procedures for marking and lighting runway and taxiway closures may be found in the latest version of Advisory Circular 150/5340-1, “Standards for Airport Markings.” Any closure of an operational area must be approved by the Engineer 10 working days in advance of the closure. Certain areas as identified on the Plans are Runway, Taxiway, or Taxilane Safety Areas. No equipment in these areas shall be left parked or unattended. All such equipment shall be immediately removed when directed by the Air Traffic Control Tower or Airport Operations. Emergency conditions may require that Contractor's personnel and equipment be temporarily cleared from the vicinity of certain runways to permit landing of aircraft. In the event such emergency conditions arise, the Contractor shall immediately comply with directives from the Air Traffic Control Tower and Airport Operations. 50-18 LIMITATION ON CONSTRUCTION. Open-flame, welding, or torch cutting operations are prohibited unless adequate fire and safety precaution have been taken by the Contractor. Open trenches, excavations, and stockpiled materials at the construction site shall be prominently marked with lighted barricades in accordance with Subsection 70-08 and are not allowed in the RSA of an open runway or in the TSA of an open taxiway. Stockpiled materials must be placed outside of the OFA of an open runway or open taxiway in an area approved by the Engineer. 50-19 SAFETY AND SECURITY. The Contractor shall follow the guidelines and procedures contained in Federal Aviation Administration Advisory Circular 150/5370-2F; “Operational Safety on Airports During Construction” and “Long Beach Airport Safety & Security During Construction”. The Contractor shall acquaint its supervisors and employees of the Airport activity and operations that are inherent to this active air carrier Airport and shall conduct its construction activities to conform to all routine requirements and emergency air traffic requirements and guidelines on safety specified in these Specifications. The Contractor shall comply with all security requirements specified herein and with all applicable Federal safety and security requirements. The Contractor shall designate to the Engineer in writing the name of its Contractor Safety and Security Coordinator (CSSC). The CSSC shall represent the Contractor on the safety and security requirements of the Work. The CSSC shall be qualified for the position and shall be someone other than the Contractor’s Superintendent or Foreman. LGB/Department of Public Works City of Long Beach

Section 50 - 11

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Prior to the commencement of the Work, the CSSC shall provide to the Engineer a Safety Plan that includes a proposed accident and fire protection plan for the Work. The CSSC shall conduct at least one safety meeting each month for each shift and require the attendance of all supervisors at such meetings. Copies of the minutes of safety meetings shall be kept on file and make available upon request by the Engineer. The Contractor shall be supplied with keys to access the airfield. Should the Contractor lose 1 key, the Contractor shall be responsible at their expense for rekeying all of the associated locks on the airfield immediately. Contractor Personnel Security Orientation. The CSSC shall brief all Contractor personnel on security requirements. All new employees of the Contractor shall be briefed on these requirements prior to working in the construction area. Access to the Site. The Contractor’s access to the airfield or the Security Identification Display Area (SIDA) of the Airport shall be through vehicle and pedestrian gates designated by the Airport for use by the Contractor. All access points must remain closed when not required for access. Propping open any gates for any period of time will not be allowed. Contractor traffic authorized to enter the site shall be escorted by Contractor personnel in accordance with these Specifications, FAA Advisory Circular 150/5370-2F, and the “Long Beach Safety and Security Requirements During Construction”. The Contractor shall immediately clean any debris deposited along any route used, both on public streets and Airport property, as a result of its construction traffic. Materials and Equipment Delivered to the Site. Delivery of materials and construction equipment shall be scheduled at a time contractor personnel are available to meet, escort to delivery site, and take delivery of the materials or equipment. No equipment or construction vehicles shall be parked or left unattended outside the airfield access gates, or on any public roadways. Inspection of Vehicles. If the United States Department of Homeland Security raises the National Terrorism Advisory System security threat level to “Elevated” or “Imminent”, or if required at any time by the Airport, FAA or Transportation Security Administration, at any time during the course of the Work, trained Contractorsupplied personnel, acceptable to the Airport, shall search all vehicles associated with the project entering the SIDA or parked within 300 feet of the Terminal area. Identification - Personnel. For Work required in the AOA, the Contractor’s on-site supervisors and employees shall be issued and shall wear Airport I.D. badges provided by the Airport. The number or ratio of employees that must be badged will be determined by the Airport. In order for the Airport to issue the badges, the Contractor shall provide a ten-year employee history verification of all supervisors

LGB/Department of Public Works City of Long Beach

Section 50 - 12

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  and any employee requiring a badge and all such supervisors and employees shall be subject to a criminal background check as required by Federal Law. All supervisors and employees requiring a badge shall be required to attend an orientation-training seminar presented by Airport security. All required forms must be filled out for each employee to be badged and submitted to the Airport with payment of applicable fees at least 2 weeks prior to taking the orientation-training seminar to obtain a security badge. The Contractor shall maintain a master list of personnel with badges and it shall be available for the Airport’s examination during construction hours. All personnel shall wear the badge on their outermost garment at all times when working in the AOA and shall comply with all other requirements of the “Long Beach Airport Safety and Security Requirements During Construction”. Those personnel not working on the AOA are not required to have a security badge. 50-20 CLEAN-UP OF CONSTRUCTION AREA. Waste material or debris shall be removed by the Contractor each day, or as directed by the Engineer, to ensure that it does not create a hazard. Debris shall not be deposited on any active portion of a runway, taxiway, taxilane, or apron. a. Waste Materials. All waste materials, including construction debris, shall be collected and disposed of daily off Airport property at a properly licensed facility, unless otherwise approved by the Engineer. No construction waste material shall be buried on site. b. Hazardous Waste. At a minimum, any products in the following categories shall be considered hazardous; paint, acids for cleaning masonry surfaces, cleaning solvents, asphalt products, chemical additives for spill stabilization, curing compounds and additives. In the event of a spill that may be hazardous, the Contractor shall take immediate action and contact the Fire Department. c. Sanitary Waste. All sanitary waste shall be collected from the construction portable units and the Contractor’s and Engineer’s Field Offices as necessary or as required by a licensed sanitary waste management Contractor. All waste material shall be the responsibility of the Contractor. 50-21 NOISE CONTROL. The Contractor shall endeavor to keep the noise level resulting from its operations to a minimum at all times. For required night work, back-up alarms on construction equipment shall be silenced and the Contractor shall substitute the alarms with the use of lights and flaggers in a manner that is in accordance with OSHA and local, State and Federal requirements. 50-22 DUST CONTROL. The Contractor shall prevent dust and shall control dust caused by its operations, including during those periods when no work is in progress.

LGB/Department of Public Works City of Long Beach

Section 50 - 13

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Dust control operation shall be performed by the Contractor at its sole expense at the time, location and in the amount ordered by the Engineer. The application of either water or dust palliative shall be under the control of the Engineer at all times. The Contractor shall take the following measures, at a minimum, to control and prevent dust and foreign object debris: a.

To control dust on roadways, stockpiles and around the site, the areas shall be treated, as required, with approved dust suppressants.

b.

Temporary haul roads leading up to the Work site shall be stabilized with aggregate base course.

c.

Vacuum type sweepers, of the manufacturer and model shown on the Plans, or an approved equal, shall be required on all paved access roads, taxiways, taxilanes, aprons, etc. for dust control.

A Dust Control Plan shall be submitted at the Pre-construction Conference. The plan should include a description of equipment required, manpower and methods for dust control. Any chemical additives used must be reviewed by the Engineer. The Dust Control Plan shall address a method or methods to keep public thoroughfares free of mud, dust and debris at all times. The Contractor shall document dust control procedures in the daily Quality Control reports. 50-23 NOTICES. The Contractor shall give advance notice, as shown below, to the proper Agency office prior to the time each of the following operations is to be commenced.

Office

Operation

Phone

Advance Notice

Start of Work

Inspection Section

(562) 570-5160

2 working days

Shutdown of work or resumption of work after shutdown

Inspection Section

(562) 570-5160

2 working days

Postponement of scheduled work

Inspection Section

(562) 570-5160

2 working days

Closing of Runways and Taxiways

* Airport Operations

(562) 570-2638

72 hours

LGB/Department of Public Works City of Long Beach

Section 50 - 14

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Closing of Streets

*L.B. Police Dept *L.B. Fire Dept.

(562) 570-7241 (562) 591-7631

24 hours

Electrical

*Airport Electrician

(562) 570-1254

2 working days; 5 working days prior to work in the electrical vault room

*The Contractor shall notify the Inspection Section prior to notifying these offices. 50-24 RECORD DRAWINGS. One complete set of the Plans, reserved for use as record drawings, shall be kept at the Work site at all times by the Contractor. The Contractor shall maintain on these drawings a currently updated record of all construction changes and variations from the Plans, including all underground and surface improvements installed in locations other than those indicated on the Plans. Said record information shall be entered in red. Where a Plan does not exist, the Contractor shall submit an accurate and detailed sketch. All changes and variations to the Plans shall be properly dimensioned and located. RFIs and CCOs corresponding to any changes shall be cross-referenced by attaching a copy of the RFI or CCO to the record drawing. Record drawings shall be kept current on a daily basis and reviewed by the Engineer for completeness as a condition of release of progress payments. The Contractor shall, prior to final acceptance of the Work, furnish the above specified record drawings to the Engineer. 50-25 INTERPRETATION OF PLANS AND SPECIFICATIONS. The Engineer will interpret the meaning of any part of the Plans and Specifications about which any misunderstanding may arise and the Engineer’s decision will be final. Should there appear to be any error or discrepancy in or between the Plans and Specifications, the Contractor shall refer the matter to the Engineer for adjustment before proceeding with the Work. Should the Contractor proceed with the Work without so referring the matter, the Contractor does so at its own risk and must bear any additional cost incurred as a result of failure to so refer. 50-26 PROTECTION OF WORK AND MATERIALS. Subsection 4-1.2, “Protection of Work and Materials”, of the Standard Specifications for Public Works Construction is supplemented by the following: Materials damaged by the Contractor's operations shall be removed and replaced at the Contractor's sole expense before the final inspection and acceptance.

LGB/Department of Public Works City of Long Beach

Section 50 - 15

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  50-27 FOREIGN OBJECT DAMAGE (FOD) PREVENTION. Aircraft and aircraft engines are subject to FOD from debris and waste material lying on and adjacent to airfield pavements. The Contractor shall remove all such materials that may appear on or near operational aircraft pavements due to the Contractor’s operations. The Contractor shall provide vacuum/sweepers of sufficient size and quantity to allow the Contractor to perform continuous vacuum/sweeping of the entire Work area during the construction shift. The vacuum/sweepers shall be easily accessible to the Contractor and should be kept in a standby position should the Engineer or Airport Operations require FOD removal. The Contractor shall move the vacuum/sweepers into standby position prior to commencement of each construction shift. Vacuum sweepers shall be of the manufacturer and model required on the Plans, or an approved equal. The Contractor shall maintain a FOD free work area adjacent to all operating areas of the airfield, including haul routes, by performing vacuum/sweeping. During vacuum/sweeping activities, the Contractor shall yield to all aircraft traffic. The Contractor shall provide vehicle monitors, as defined in Subsection 40-05 to provide supervision of and control vacuum/sweeper operations within the Airport Operations Area. The Contractor shall perform a complete vacuum/sweep of the entire Work area prior to the completion of each shift. The Contractor shall provide a sufficient number of vacuum/sweepers to keep up with construction activities and provide thorough and continuous debris removal, but at a minimum shall provide 2 vacuum/sweepers on-site for regular use and 1 backup vacuum/sweeper on standby throughout the duration of the Work. Sweeper operators shall be on-site at all times during construction activities and shall be oncall 24 hours a day, 7 days a week, with a 15 minute response time. 50-28 PORTABLE CONSTRUCTION LIGHTING. The Contractor shall provide work area lighting of sufficient quality and quantity to construct the Work to the quality standards called for in the Plans and Specifications. At a minimum the construction lighting shall meet the following requirements: a.

For any construction that will be performed during nighttime hours the Contractor shall ensure that the Work areas are adequately illuminated. A minimum of 10-foot candles of illumination shall be provided in the Work areas, using maneuverable light plants with 1,000-watt metal halide floodlights, mounted as high as practicality will allow. The Contractor shall determine the number of light plants and their required spacing to achieve the illumination levels specified herein.

LGB/Department of Public Works City of Long Beach

Section 50 - 16

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  The light shall be positioned to provide the most natural color illumination and contrast with a minimum of shadows. The pavement area shall be lighted at a maximum spacing of 100 feet from both sides to eliminate objectionable shadows. A demonstration of the adequacy of the lighting will be required prior to beginning any night work. The Contractor shall work with Airport Operations when determining positions for each portable light unit so that the lighting will not interfere with the vision of pilots or Air Traffic Control Tower personnel. Any elevated lighting equipment to be left on the Air Operations Area (AOA) when the pavement is open to aircraft operations, must be moved outside of the safety areas and object free areas of the runways, taxiways, and taxilanes and lowered and positioned so as not to violate Federal Aviation Regulation Part 77 obstacle criteria. These locations shall be approved by the Engineer. Lighting equipment shall be stored in the Contractor’s staging areas, as shown on the Plans and approved by the Engineer. b.

For night work, the Contractor shall equip all paving machines, rollers, distributor trucks, and other equipment with artificial illumination to safely illuminate the area immediately surrounding their work areas.

c.

Contractor shall remove all equipment and store in the staging areas during non-working hours.

50-29 PRE-PHASE COORDINATION MEETINGS. At least 10 working days prior to beginning each phase of the Work, the Contractor shall hold a planning meeting to discuss, at a minimum, operational restrictions, work to be performed, tenant access requirements, haul routes (including Contractor signing and marking), closures, safety, testing requirements, submittal requirements, inspection requirements, schedule, communications, erosion control, stockpile locations and disposal schedule, location of stand-by equipment, salvaged materials container location, barricade layout, barricade placement schedule (including barricade storage areas during non-working hours) and other topics as appropriate. The Contractor shall submit a plan for all of the elements described above, to the Engineer for review, no less than 10 calendar days prior to each pre-phase meeting. The Engineer will provide the Contractor with a list of proposed attendees for the pre-phase meeting no less than 8 calendar days before the meeting date. The Contractor will provide a meeting notice to all proposed attendees no less than 5 calendar days prior to the pre-phase meeting date. Payment for the pre-phase coordination meetings shall be considered as included in unit prices bid for the various items of Work and no additional payment will be made therefor. The Contractor shall prepare a construction traffic control plan for each haul route. The Contractor’s traffic control plan shall conform to the requirements of the latest edition of the CalTrans traffic manual, and the City Traffic Engineer, and shall be LGB/Department of Public Works City of Long Beach

Section 50 - 17

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  approved by the City Traffic Engineer. The plan shall be included in Contractor’s submittal for the pre-phase coordination meeting. When the haul route is not in use, all traffic control signs and devices shall either be covered or removed and stored. The Contractor shall remove all construction signs after the completion of the Work. 50-30 SCHEDULING AND DAILY OPERATIONS. All work hours will be subject to written approval of the Engineer, Owner, and Airport Operations, and in accordance with the approved work schedule. The Contractor shall also provide weekly and daily work plans. For night work requiring the closure of either Runway 12-30 the Contractor shall provide an hourly schedule which provides adequate set-up and clean-up time during each night shift. The Contractor shall have equipment and personnel staged and ready to occupy the site at the start time listed. Prior to the end of each work shift, the Contractor shall arrange to have Airport Operations inspect the site to confirm it meets Federal Aviation Regulations Part 139 criteria and verify that the site is being left in a satisfactory condition. The Contractor shall allow sufficient time to make any corrections and or cleanup items found to be deficient before opening at the required times listed. Any runway, taxiway, or taxilane safety area that does not pass the operations inspection shall remain closed until corrective measures are complete and approved by Airport Operations. The Contractor’s attention is called to Subsection 80-08 which specifies liquidated damages for failure to complete work during the specified night time hours that results in a delay of the re-opening of a runway, taxiway, or taxilane. 50-31 UTILITIES COORDINATION MEETING. Prior to the start of the Work, the Contractor shall schedule a meeting with the Owner, Engineer, FAA, utility companies, and applicable personnel of the Contractor to discuss coordination of the relocation and protection of existing utilities. The topics of discussion may include locating and verification procedures, permits, shut-down schedules, inspections by the utility owners, emergency notification procedures and emergency contacts, and other topics as appropriate. Utilities coordination meetings may also be required for each pre-phase coordination meeting. Additional utilities coordination meetings may also be required by the Engineer. Payment for the utilities coordination meetings shall be considered as included in the unit prices bid for the various items of Work and no additional payment will be made therefor. 50-32 AIRPORT TENANT’S MEETING. The Contractor shall schedule a monthly meeting with the Airport tenants and applicable Airport and Contractor personnel to discuss the project status, phasing, look ahead schedules, planned closures, and other topics as appropriate. Additional tenant meetings may also be required by the Engineer. Payment for the tenant meetings shall be considered as included in the unit prices bid for the various items of Work and no additional payment will be made therefor.

LGB/Department of Public Works City of Long Beach

Section 50 - 18

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  50-33 WORK BY OTHERS. There will be aviation events and other projects under construction on the airfield and in the Terminal area during the construction of the Work. The Contractor shall closely coordinate and schedule work with the Airport and other contractors. Prior to preparing the construction schedule and periodically during construction, the Contractor shall meet with the Engineer to discuss other work and events. The Contractor shall incorporate into the construction schedule any restrictions or dates required to make certain that conflicts with other contractors do not occur. 50-34 OPERATING CONDITIONS AND SAFETY. All Contractor operations and activities shall comply with the requirements contained or identified in the Plans and these Specifications. 50-35 PAYMENT. Unless specifically noted otherwise herein, payment for conforming to the requirements of Section 50 shall be considered as included in the unit prices bid for various items of work and no additional payment will be made therefor. 50-36 PAY ITEMS. All pay items relating to the Work indicated on the Plans and Specifications are listed in the Bid. The Contractor shall include all necessary costs to complete the Work within these items. Any work necessary to complete the Work as represented in the Plans and Specifications that is not specifically noted as a pay item on the Bid shall be considered incidental to the Work and no separate payment will be made. 50-37 CONSTRUCTION COST INFORMATION. The Contractor shall furnish any and all cost information requested by the Engineer within 5 working days of the request. The City of Long Beach or any of their authorized representatives shall be allowed access to any books, documents, papers and records of the Contractor which are directly pertinent to this Airport Improvement Project for the purpose of making audit, examination, excerpts and transcriptions.

END OF SECTION 50

LGB/Department of Public Works City of Long Beach

Section 50 - 19

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 60 -- CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in the Work shall conform to the requirements of the Plans and Specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the Work. Such statements shall be furnished promptly after execution of the Contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the Work shall be inspected, tested, and approved by the Engineer before incorporation in the Work. Any Work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests made for the purpose of acceptance testing in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the Work. Copies of all tests will be furnished to the Contractor's representative at the Contractor’s request. LGB/Department of Public Works City of Long Beach

Section 60 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  The Contractor shall employ a testing organization to perform all Contractor required tests, review all design mixes, and attend construction meetings as required by the Engineer. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the Work, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. The report shall be provided both on paper and electronically in a format acceptable to the Engineer. The Contractor shall submit samples of materials, at the Contractor’s sole expense, as the Engineer may require, 15 days in advance of being incorporated in the Work. Samples shall be delivered by the Contractor to the Work site or other location within Los Angeles or Orange Counties, as determined by the Engineer. Samples of materials to be tested shall be properly identified and shall establish exact nature and character of materials. The City may reject any material or part thereof proven defective as a result of testing and will require satisfactory replacement. The Contractor shall notify the Engineer at least 48 hours in advance of required onsite testing. Notifications made after 12:00 noon shall be considered as made on the following work day. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the Plans and Specifications. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the Work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with the Plans and Specifications will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer.

LGB/Department of Public Works City of Long Beach

Section 60 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the specified “brand name,” the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the Work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a.

Conformance to the specified dimensional requirements; and

performance,

testing,

quality

b.

Suitability of the material or assembly for the use intended in the Work.

or

Should the Contractor propose to furnish an “or equal” material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed “or approved equal” is suitable for use in the Work, whether or not the “or approved equal” has been tested. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or the Engineer’s authorized representative may inspect, at its source, any specified material or assembly to be used in the Work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the Work and to obtain samples required for the Engineer’s acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a.

The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Contractor has contracted for materials.

b.

The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished.

c.

If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant.

It is understood and agreed that the Owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the Work site. The Engineer shall have the right to reject only LGB/Department of Public Works City of Long Beach

Section 60 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  material which, when retested, does not meet the requirements of the Plans and Specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. Not used. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the Work. Stored materials, even though approved before storage, may again be inspected prior to their use in the Work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on Airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft, or airline and airport vehicles. Unless otherwise shown on the Plans, the storage of materials and the location of the Contractor's plant, equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or Airport property shall be restored to their original condition by the Contractor at the Contractor’s sole expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. Unless otherwise specifically approved, all equipment not in use shall be removed to and stored within storage sites designated by the Engineer. In this respect, the Contractor shall give particular attention to control over personal and company vehicles utilized for transport of employees to and from the Work site. The Contractor may request to store equipment or stockpiled material in the designated storage sites. The Contractor’s request shall include the maximum height for proposed equipment or proposed stockpile for review and approval by the Engineer. If approved by the City and the Engineer, the Contractor may temporarily stockpile materials removed during night hours (asphalt millings and excavated material) at the locations shown on the Plans, and remove the materials from the Work site during daylight hours. The Contractor shall submit a plan for such activities, showing haul routes, stockpile heights, dust control measures, and erosion control. The plan must be approved by the Engineer. The temporary stockpiling and the handling and transporting of temporarily stockpiled material, if approved by the Engineer, shall be at the Contractor’s sole expense.

LGB/Department of Public Works City of Long Beach

Section 60 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the Plans and Specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the Work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the Work until such time as the Engineer has approved its use in the Work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the Work. None of the materials will be furnished by the Owner. 60-09 SHOP DRAWINGS AND EQUIPMENT SUBMITTALS. Shop drawings and equipment submittals shall be submitted in accordance with Subsection 2-5.3, “Shop Drawings,” of the Standard Specifications for Public Works Construction, as supplemented by the following: Shop drawings, equipment and materials submittals shall be submitted to the Engineer within 10 working days after the preconstruction conference. 60-10 ITEM EQUIVALENCY. Subsection 4-1.6, "Trade Names or Equals" of the Standard Specifications for Public Works Construction, is supplemented by the following: Where a specific manufacturer is noted on the Plans or listed in the Specifications herein, unless otherwise noted, an "approved equal" item may be substituted. If a bidder desires to bid an "approved equal" item, the bidder shall submit a request to do so to the Engineer in writing no later than 7 working days before bid opening. The request shall include all data necessary to substantiate that the item is equal. The Engineer will notify the bidder, in writing, of approval or disapproval of the equivalent item no later than 3 working days before bid opening. The Contractor shall also follow the requirements of Subsection 60-03, “Certification of Compliance” when requesting to bid an “approved equal” item. 60-11 BUY AMERICAN PREFERENCE. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. a.

Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of

LGB/Department of Public Works City of Long Beach

Section 60 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be treated as domestic. b.

Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products.

c.

Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs.

The successful Bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen and suppliers in the performance of the Work, except: a.

Those materials that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality;

b.

Those materials that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or

c.

Those materials that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent.

60-12 PAYMENT. Unless specifically noted otherwise herein, full payment for conforming to the requirements of Section 60 shall be considered as included in the unit prices bid for various items of work and no additional payment will be made therefor. END OF SECTION 60

LGB/Department of Public Works City of Long Beach

Section 60 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 70 -- LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC

70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the Work, or which in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all the Owner’s officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor’s employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all necessary licenses and permits, including City of Long Beach permits, and give all notices necessary and incidental to the prosecution of the Work. However, permits or authorizations from agencies, other than the City of Long Beach, whose jurisdiction is applicable to City projects will be procured by the City of Long Beach. The Contractor shall nevertheless cooperate with permit procurement by supplying all required information, and arranging delivery and execution of any required construction period permit supplements or insurance certifications. The Contractor shall become fully informed of the conditions of all permits that govern the Contractor’s operations and shall conduct construction operations accordingly. The Contractor shall be solely responsible for and pay, at Contractor’s sole expense and at no additional cost to the City, all fines, damages, and work delays incurred due to failure to implement the requirements of the permits. All fees for required permits, including plan checking, shall be paid by the City, unless otherwise shown in the General Requirements. Should the Contractor decide to bring in a batch plant off-site or on-site, the Contractor shall obtain a current Air Quality Management District (AQMD) permit for the duration of the Work. Work on any phase of the Work requiring a permit shall not be started until such applicable permit has been obtained. The City will file a Notice of Intent (NOI) with the State Water Resources Control Board (SWRCB) to comply with the terms of the “National Pollution Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, Order No. 20090009-DWQ, NPDES No. CAS000002, dated July 1, 2010.”

LGB/Department of Public Works City of Long Beach

Section 70 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  As required by the General Permit, the Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) for the Engineer to review and approve. The SWPPP shall be prepared, overseen and implemented by a Qualified SWPPP Developer or Qualified SWPPP Practitioner who has successfully completed a State Water Board-sponsored or approved Qualified SWPPP Developer and Qualified SWPPP Practitioner training course. After approval of the SWPPP, the Contractor shall submit an electronic copy to the Engineer in pdf format that is less than 75MB, along with four signed, hard copies. As part of the Public Reporting Document (PRD) process, the electronic copy of the SWPPP and or NOI and later the NOT will be uploaded onto State Water Board’s Storm Water Multi-Application & Reporting System (SMARTS) by the City. Construction activities shall not begin until the City has filed the NOI with the State. The objectives of the SWPPP are to identify pollution sources that may affect the quality of storm water discharges and to identify, construct, implement, and maintain water pollution control measures to reduce pollutants in storm water discharges associated with the Work. The Contractor shall coordinate with the Engineer to ensure that the SWPPP is continually updated through SMARTS and amended so that at all times it is pertinent to the specific construction activities and SWPPP objectives. The Contractor shall furnish, install, and maintain the water pollution control measures as required. The SWPPP shall be certified, enforced and followed by the Contractor and all subcontractors. The Airport is currently registered with the State Water Resources Control Board as a permittee under the Statewide General Industrial Activities Storm Water Discharge Permit Regulations (Permit Identification No. 4 19I004985). In compliance with the requirements of the California Airport Group’s California General Permit the City has prepared, certified and implemented a SWPPP. The SWPPP is on file in the office of the Airport Bureau at the Airport Terminal Building, 4100 Donald Douglas Drive, Long Beach, California. The Contractor shall abide by all requirements of the industrial activities permit and corresponding SWPPP. In addition to complying with the SWPPPs for the Industrial and Construction permits, the Contractor shall abide by all requirements of Section 7-8.6, “Water Pollution Control,” of the Standard Specifications for Public Works Construction and the Best Management Practices described below. Best Management Practices (BMPs) shall be defined as any program, technology, process, operations method, measure or device which controls, prevents, removes, or reduces pollution. At a minimum, and where appropriate, the Contractor shall implement the following BMPs in conjunction with the Work:

LGB/Department of Public Works City of Long Beach

Section 70 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

Title

Number

General Site Management Water Conservation Vehicle and Equipment Cleaning Vehicle and Equipment Fueling Vehicle and Equipment Maintenance Employee/Subcontractor Training

NS-1 NS-8 NS-9 NS-10 -

Construction Materials and Waste Management Material Delivery and Storage Material Use Spill Prevention and Control Solid Waste Management Hazardous Waste Management Concrete Waste Management

WM-1 WM-2 WM-4 WM-5 WM-6 WM-8

Erosion/Sediment Control Storm Drain Inlet Protection

SE-40

A description of each BMP is included in these Specifications. The Contractor shall have at least 2 readily accessible copies of these descriptions at the Work site at all times. BMPs for the Contractor’s Work shall be continuously implemented throughout the duration of the Work. BMPs for erosion control and sedimentation shall be implemented during the period from October 1st to April 15th and whenever the National Weather Service predicts rain within 24 hours. All aspects of the Work performed pursuant to these Plans and Specifications must be conducted in accordance with all state and federal laws and regulations, including but not limited to all environmental laws and regulations, Order No. 99-060 of the California Regional Water Quality Control Board, Los Angeles Region (“Waste Discharge Requirements for Municipal Storm Water and Urban Runoff Discharges within the City of Long Beach”), and related BMPs. The City will deduct from the money due or to become due the Contractor the total amount of any fines levied on the City, plus legal and staff costs, as a result of the Contractor’s failure to comply with these provisions or less than complete implementation of the specified BMPs. In addition, the Contractor shall defend, indemnify and hold the City harmless for any liability related to the Contractor’s (or it’s subcontractor’s) failure to comply with these laws and regulations. LGB/Department of Public Works City of Long Beach

Section 70 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Full compensation for conforming to the requirements of this Section, including obtaining and complying with all necessary permits, developing, certifying, amending and complying with the SWPPP, and for doing all work involved in installing, constructing, implementing, inspecting, and maintaining control measures, shall be considered as included in the unit prices bid for various items of Work and no additional compensation will be paid therefor. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable agreement between the holder of the patent and the Owner. The Contractor and the surety shall indemnify and save harmless the Owner, from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during performance or after the completion of the Work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the Work. The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb utility services or facilities located within the limits of the Work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the Work, the Contractor shall cooperate with such Owners by arranging and performing the Work so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the Work, which is due to such authorized work by others, unless otherwise provided for in the Plans and Specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the Work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the Owner, the Owner has included provisions in the Plans and Specifications

LGB/Department of Public Works City of Long Beach

Section 70 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  and Contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the Work. As required by the USC, the Work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the Plans and Specifications. No requirement of the USC, the rules and regulations implementing the USC, or the Contract shall be construed as making the Federal Government a party to the Contract nor will any such requirement interfere, in any way, with the rights of either party to the Contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of the employees of the Contractor and Subcontractors as may be necessary to comply with the requirements of the State of California and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, State of California, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to the worker’s health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control the Contractor’s operations and those of the subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to the Contractor’s own operations and those of the subcontractors and all suppliers in accordance with the Subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the Subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. Nothing herein shall be construed to excuse the Contractor from general safety requirements or from the requirements that all access to the Airport and all Contractor's operations thereon shall be subject to the specific approval of the Engineer. Every reasonable effort, within the limits of aviation efficiency and safety, will be made to cooperate with the Contractor in matters of airport operations and aircraft travel patterns. The actual schedules and methods of operations adopted by the Contractor may, however, necessitate that special flagmen, radios, or other devices be utilized to assure such safety. Contractor shall provide, at its sole cost, such flagmen or devices. Full compensation for such shall be considered as included in LGB/Department of Public Works City of Long Beach

Section 70 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  the unit prices bid for various items of work, and no additional payment will be made therefor. The Contractor shall conduct its operations such that fire hydrants, meter vaults, water and gas shutoff valves, and similar facilities are not buried during the course of the Work and so as to offer the least possible obstruction and inconvenience to properties fronting the construction areas. Adequate access shall be maintained to all properties adjacent to or affected by the construction. The Contractor shall protect the areas surrounding the staging/laydown and Work areas shown on the Plans from dust and other residue created by the Contractor’s equipment. The Contractor shall participate in coordination meetings with representatives from the adjacent tenants and other pertinent airport users to ensure that the Contractor understands the needs of these tenants in relation to dust control. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the Work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Where traffic is directed around or adjacent to the construction area the Contractor shall provide, install, maintain and remove temporary striping, delineators, barricades, lights, signs and other devices required for the control of aircraft and vehicular traffic. The Contractor shall provide a traffic control plan for each phase of the Work and the City shall accept the Contractor’s traffic control plan prior to beginning each phase of the Work. The City shall have the right to relocate traffic control devices during the course of the Work. After the devices have been installed, the Contractor shall, at its sole expense, maintain and keep them in good repair until the acceptance of the Work. Certain devices may be required to be installed and removed during each shift. The Contractor shall also, during the term of the Contract, pay the cost of replacing such devices that are lost or damaged to such an extent as to require replacement, regardless of the cause of such loss or damage. Temporary and existing striping not obliterated by new construction, as required for temporary traffic control, shall be removed by sandblasting and as directed by the Engineer. Existing pavement markings, where temporary pavement markings are provided, shall be removed by sandblasting. Covering these marks is not permitted. If the Contractor fails to take necessary precautions to provide for proper convenience and safety, the Owner may take necessary corrective action including the erection of suitable and sufficient barriers, signs, lights and other protective devices. The Owner shall, upon completion of any such work, notify the Contractor

LGB/Department of Public Works City of Long Beach

Section 70 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  in writing of the character and extent of, and reason for, the Work. The Owner shall deduct the cost of said work from the money due or to become due the Contractor. When the Work requires closing an air operations area of the Airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of the current version of AC 150/5340-1, “Standards for Airport Markings”. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor’s parked construction equipment that may be hazardous to the operation of emergency firerescue or maintenance vehicles on the Airport in reasonable conformance to the current version of AC 150/5370-2, “Operational Safety on Airports During Construction”. The Contractor shall also furnish, erect, and maintain work area lighting during night construction as required in the current version of AC 150/537013, “Off-peak Construction of Airport Pavements Using Hot-Mix Asphalt”. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Barricades shall be provided in the type and location indicated on the Plans and as required by the current version of AC 150/5370-2, “Operational Safety on Airports During Construction”. Open-flame type lights shall not be permitted at the Airport. The Contractor shall identify each motorized vehicle or piece of construction equipment in conformance with the current version of AC 150/5370-2, or as otherwise approved by the Engineer. Full payment for all barricades, signs, and hazard markings required by this Section shall be considered as included in the unit prices bid for the various items of work and no additional payment will be made therefore. 70-09 USE OF EXPLOSIVES. The use of explosives is strictly prohibited. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the performance of the Work, resulting from any act, omission, neglect, or misconduct in the Contractor’s manner or method of executing the Work,

LGB/Department of Public Works City of Long Beach

Section 70 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  or at any time due to defective work or materials, and said responsibility will not be released until the Work has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work, or in consequence of the nonexecution thereof by the Contractor, the Contractor shall restore, at the Contractor’s sole expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. Section 7-9, “Protection and Restoration of Existing Improvements,” of the Standard Specifications for Public Works Construction is supplemented by the following: The Contractor shall become familiar with all existing improvements and facilities, both public and private, on the Work site and shall provide adequate safeguards to prevent damage to existing structures and improvements. Any damage to property from any cause which might have been prevented by the Contractor, the Contractor's employees, agents or subcontractors, shall be repaired within 10 calendar days of such damage at the Contractor's sole cost and expense. Water service and electrical breaks shall be repaired the same day. In the event that the Contractor fails to repair such damages, the City will make the repairs, or cause them to be made, and the cost of repairs shall be deducted from the money due or to become due the Contractor. The Contractor is hereby informed that there are installed on the Airport FAA NAVAIDS including, without limitation, UHF and VHF receivers and transmitters; U.S. Weather Bureau facilities; electric cables and controls relating to such NAVAIDS and facilities, and other electric power cables serving other facilities. Such NAVAIDS, Weather Bureau and other facilities, and electric cables shall be fully protected during the entire construction time. Work can be accomplished in the vicinity of these facilities and cables only at approved periods of time. Approval is subject to withdrawal at any time because of changes in the weather, emergency conditions on the airfield, anticipation of emergency conditions, and for any other reason determined by the Engineer acting under the orders and instructions of the Airport Director or the designated FAA representative. Any instructions to the Contractor to clear any given area, at any time, by the Engineer, the Airport Director or the FAA Control Tower (by radio or other means) shall be immediately executed. Construction work may be commenced in the cleared area only when additional instructions are issued by the proper authorities. Power and control cables leading to and from any FAA NAVAIDS, Weather Bureau and other facilities, will be marked in the field by the appropriate agency for the information of the Contractor, before any work in their general vicinity is started. Thereafter, through the entire time of the Work, they shall be protected from any possible damage, including crossing with unauthorized equipment, etc. LGB/Department of Public Works City of Long Beach

Section 70 - 8

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  The Contractor shall immediately repair, with identical material by skilled workmen, underground cables serving FAA NAVAIDS, Weather Bureau and other Airport facilities, which are damaged by its workers, equipment or work. Prior approval of the FAA must be obtained for the materials, workers, time of day or night, method of repairs, and for any temporary or permanent repairs the Contractor proposes to make to any FAA NAVAIDS and facilities damaged by the Contractor. Prior approval of the Engineer and the Airport Director shall be obtained for the materials, workers, time of day or night, and for the method of repairs for any temporary or permanent repairs the Contractor proposes to make to any other Airport facilities and cable damaged by the Contractor. It is recognized that the City will incur costs for employees' salaries, engineering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the Contractor and, consequently, that the City may incur loss of income by reason of the diversion of aircraft facilities and that such expenses and loss of income are damages that would be impracticable or extremely difficult to determine. In addition to the obligation of the Contractor to immediately repair any cables or facilities damaged by the Contractor within 3 feet of the location on the ground defined by the Engineer, as set forth above, the parties agree that the sum of $2,000.00 per calendar day shall be fixed as liquidated damages (and not as a penalty or forfeiture for breach), and shall be deducted from any money due the Contractor, or if no money is due the Contractor, the City shall have the right to recover said sum or sums from the Contractor, from the Surety, or from both. Non-inclusion of items from the above information shall not relieve the Contractor from protecting and restoring all Airport improvements as required. The Contractor shall repair or replace all City-owned facilities that are damaged as a result of its operations. At the option of the Airport Director, the repair or replacement work may be performed by City personnel. In either case, the Contractor shall pay at its sole expense, all costs for restoring existing improvements. The cost of protection and restoration of property and landscape shall be considered as included in the unit prices bid for various items of work and no additional payment will be made therefor. 70-11 INDEMNIFICATION. The Contractor shall indemnify, hold harmless, and protect City, its Boards, Commissions, and their officials, employees and agents (“Indemnified Parties”) from and against any and all demands, liability, loss, suit, claim, action, cause of action, damage, cost, judgment, settlement, decree, arbitration award, stop notice, penalty, loss of revenue, and expense (including, but not limited to, any fees of accountants, attorneys, experts or other professionals, and costs of investigation, mediation, arbitration, litigation and appeal), in law or in equity, of every kind and nature whatsoever, arising out of or in connection with, LGB/Department of Public Works City of Long Beach

Section 70 - 9

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  resulting from or related to, or claimed to be arising from the Contract or the Work performed by Contractor, or any of its officers, agents, employees, subcontractors of any tier, material suppliers, or any person for whose acts any of them may be liable, regardless of whether such claim, suit or demand is caused, or alleged to be caused, in part, by an Indemnified Party including, but not limited to, liability arising from: (a) Bodily or personal injury, emotional injury, sickness or disease, or death to any persons; (b) City;

Damage to property, including property under the care and custody of

(c)

Civil fines or penalties;

(d) Any dangerous, hazardous, unsafe or defective condition of, in or on the Work site, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the Work site by Contractor, its officers, agents, employees or subcontractors; (e) Any operation conducted upon or any use or occupation of the Work site by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of the Contract or otherwise; (f) Any act, omission or negligence of Contractor, its officers, agents, employees, or subcontractors; (g) Infringement of any patent rights, licenses, copyrights or intellectual property which may be brought against the Contractor or City arising out of Contractor’s Work, for which the Contractor is responsible; (h) Any and all claims against City seeking compensation for labor performed or materials used or furnished to be used in the Work or alleged to have been furnished, including all incidental or consequential damages resulting to City from such claims; (i) Failure to comply with any applicable law, statute, code, ordinance, regulation, permit, or orders; (j) Any misrepresentation, misstatement or omission with respect to any statement made in or any document furnished by the Contractor in connection therewith; (k) Any breach of any duty, obligation, or requirement under the Contract Documents. All of the above are collectively hereafter referred to as “Claims” and individually as a “Claim”. 70-11.1 Defense of Claims, Enforcement and Restrictions.

LGB/Department of Public Works City of Long Beach

Section 70 - 10

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  (a) In addition to Contractor’s duty to indemnify, Contractor shall have a separate and wholly independent duty to defend Indemnified Parties against all Claims. If any Claim is alleged or brought against Indemnified Parties, Contractor shall defend Indemnified Parties at Contractor’s expense by legal counsel approved by City and shall continue this defense until the Claims are resolved, whether by settlement, judgment or otherwise. No finding or judgment of negligence, fault, breach, or the like on the part of Contractor shall be required for the duty to defend to arise. City shall notify Contractor of any Claim, shall tender the defense of the Claim to Contractor, and shall assist Contractor, as may be reasonably requested, in the defense. (b) Contractor’s obligations under this Section 70-11 shall apply regardless of whether or not such Claim was caused in part or contributed to by any actual or alleged negligent act or omissions of an Indemnified Party. (c) If a court of competent jurisdiction determines that a Claim was caused by the active negligence, sole negligence or willful misconduct of Indemnified Parties, Contractor’s costs of defense and indemnity shall be (1) reimbursed in full if the court determines sole negligence by the Indemnified Parties, or (2) reduced by the percentage of active negligence and/or willful misconduct attributed by the court to the Indemnified Parties. (d) If this Contract includes work or services performed by a design professional, such as an architect, landscape architect, professional engineer or professional land surveyor, subject to California Civil Code Section 2782.8, Contractor shall defend and indemnify Indemnified Parties against design-related Claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor or a subcontractor. (e) Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth in this section from each and every subcontractor in performance of the Contract. (f) Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. In the event of any claim, suit or demand made against any Indemnified Parties, the City may in its sole discretion reserve, retain, or apply any monies due to the Contractor under the Contract for the purpose of resolving such claims; provided, however, that the City may release such funds if the Contractor provides the City with reasonable assurance of protection of the City’s interests. The City shall in its sole discretion determine whether such assurances are reasonable. Contractor’s obligations under this Section 70-11 extend to claims occurring after termination of the Contractor’s performance of the Contract or final payment to the Contractor. 70-11.2 No Limitations. Contractor’s obligations under this Section 70-11 are in addition to any other rights or remedies which the Indemnified Parties may have

LGB/Department of Public Works City of Long Beach

Section 70 - 11

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  under the law or under the Contract Documents. Contractor’s indemnification and defense obligations set forth in this Section 70-11: (i) are separate and independent from the insurance provisions set forth above; and (ii) do not limit, in any way, the applicability, scope, or obligations set forth in the insurance provisions. In claims, suits, or demands against any Indemnified Party by an employee of the Contractor, a subcontractor, anyone directly or indirectly, employed by them, or anyone for whose acts they may be liable, the Contractor’s indemnification and defense obligations shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or a subcontractor under workers’ compensation acts, disability benefit acts, or other employee benefit acts. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the Contract that it is not intended by any of the provisions of any part of the Contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the Contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. The Perimeter Security Improvements consist of 9 work areas/phases. Contractor requested changes to the phasing must be approved by the Engineer in writing. The Contractor’s schedule shall be modified to include the approved phasing changes. The Contractor shall perform all Work in accordance with the Construction Sequencing Plans and the Specifications. The Construction Sequencing Plans are intended to give a general outline of the order in which the Work is to be accomplished and provide operating restrictions that will be in effect for each phase of the Work. The Construction Sequencing Plans are not intended to be a comprehensive list of work items. It is the Contractor’s responsibility to anticipate upcoming work and to coordinate the Contractor’s operations and schedule accordingly to ensure a timely flow of construction. The Contractor’s schedule shall show all work to completed and the specified duration and the contract completion date. The Contractor shall complete each phase and nighttime work shift within the period of time specified. Liquidated damages shall be assessed in the amounts indicated in Subsection 80-08 for failure to complete the Work in the time per area and overall time allowed as noted on the Plans.

a.

PHASING The Work consists of multiple phases (or work areas). The Contractor shall submit a construction schedule at the Preconstruction Conference

LGB/Department of Public Works City of Long Beach

Section 70 - 12

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  for review and approval. The Contractor may only perform Work in one (1) work area at a time, unless approved by the Engineer. In daytime work areas, the Contractor shall maintain conditions for Runway Safety Areas (RSAs) in all areas within 250 feet of the centerlines of Runway 12-30 and for Taxiway Safety Areas (TWSAs) shown on the plans. No excavations will be allowed in the RSA of an active runway or the TWSA of an active Taxiway per FAA Advisory Circular 150/5370-2F. The Contractor shall maintain these areas in accordance with FAA Advisory Circular 150/5300-13A, paragraph 307 and FAA Advisory Circular 150/5370-2F. The Engineer shall retain the right to shut down Contractor operations in any phase for failing to comply with FAA Circulars 150/5300-13 and 150/5370-2F. b.

OPERATIONS Limits of the Work shall be clearly delineated with barricades; “standing red” barricade lights and other markings as shown on the Plans and specified herein, in order to deter aircraft and other vehicles from entering the Work area. The Contractor will work closely with the Engineer for coordination with Airport Operations to minimize the impact of the construction on aircraft movements. The Contractor shall maintain power supply for all runway and taxiway lighting systems at all times, unless specified otherwise. When temporary bypasses of active lines are necessary in order to work on portions of the circuits, the circuits shall be de-energized and re-energized in conformance with the procedures specified in these Specifications. Barricade lighting and flagging, and temporary taxiway closure markings shall be erected and maintained around the perimeter of all daytime work areas at all times, as shown on the Plans.

c.

DAILY INSPECTIONS Prior to the conclusion of each nighttime work shift in or adjacent to areas that are scheduled to be reopened to aircraft traffic each morning, the Engineer will conduct a morning inspection of each construction area before the Contractor’s workers leave the Work area for the day. This inspection is to ensure that the site is safe for aircraft operations. If the area is acceptable, the Engineer will notify the FAA Control Tower and relieve the Contractor of any liquidated damages assessment for delays to runway or taxiway opening times for that night’s work shift.

No portion of the Work may be opened by the Contractor for public use until approved by the Engineer in writing. Should it become necessary to open a portion LGB/Department of Public Works City of Long Beach

Section 70 - 13

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  of the Work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the Work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the Work and shall not constitute either acceptance of the portion of the Work so opened or a waiver of any provision of the Contract. Any damage to the portion of the Work so opened that is not attributable to traffic shall be repaired by the Contractor at the Contractor’s sole expense. The Contractor shall make the Contractor’s own estimate of the inherent difficulties involved in completing the Work under the conditions herein described and shown on the Plans, and shall not claim any added compensation by reason of delay or increased cost due to daily public use. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed Work, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the Work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the Work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the Work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of a public enemy or of government authorities. If the Work is suspended for any cause whatever, the Contractor shall be responsible for the Work and shall take such precautions necessary to prevent damage to the Work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities approved by the Engineer and at the Contractor’s sole expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under the Contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the Subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this Section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the Work. In addition, the Contractor shall control the Contractor’s operations to prevent the unscheduled interruption of such utility services and facilities.

LGB/Department of Public Works City of Long Beach

Section 70 - 14

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the Work, the approximate locations have been indicated on the Plans and the owners are indicated as follows: Underground Service Alert (USA/SC) Telephone: 1-800-227-2600 City of Long Beach Water Department or USA/SC (Water, Sewer and Storm Drain Facilities) Operations Service Center Telephone: (562) 570-2389 or (562) 570-2390 City of Long Beach Gas and Oil Department or USA/SC Dave Vasquez Telephone: (562) 570-2013 Southern California Edison Company or USA/SC Phone: 1-800-655-4555 Verizon or USA/SC Pat Dillon Telephone: (714) 375-6705 City of Long Beach Bureau of Traffic and Transportation Traffic Signal Coordinator, Operations Division Telephone: (562) 570-3263 City Light and Power, Inc. (Street Light Facilities) 2961 Redondo Avenue Long Beach, CA 90806 Kevin Bredenkamp Telephone: (562) 983-2000 FAA Utility Airways Facility, Sector Field Office Thomas R. Twadell, Manager Telephone: (714) 557-5696 Airfield Lighting Wayne Henrikson, Airport Electrician Telephone: (562) 570-1254 All other utilities: City of Long Beach, Bureau of Engineering LGB/Department of Public Works City of Long Beach

Section 70 - 15

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Telephone: (562) 570-5160 FAA Long Beach SSC Field Office Mr. Ruben Meza 11759 Western Avenue Stanton, CA 90680 Phone: (714) 891-4753 Los Angeles County Department of Public Works 900 S. Fremont Ave., 8th Floor Alhambra, CA 91803-1331 Phone: (626) 458-3129 Metropolitan Water District Substructure Team Mr. Kieran Callanan P.O. Box 54153 Los Angeles, CA 90054-0153 Phone: (213)217-6000 Pacific Energy Ms. Debra Moudy 5900 Cherry Avenue Long Beach, CA 90805 Phone: (562) 728-2822 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the Plans or encountered in the Work. Any inaccuracy or omission in such information shall not relieve the Contractor of the Contractor’s responsibility to protect such existing features from damage or unscheduled interruption of service. Prior to beginning any construction activities the Contractor shall conduct an underground utilities verification program to determine the location and depth of all utilities by potholing, with special attention to portions of utilities crossing areas where demolition, unclassified excavation, grading, miscellaneous removals and installation of underground facilities are to occur. Payment for potholing shall be included in the unit prices bid for other items of work and no additional payment will be made therefore. It is further understood and agreed that the Contractor shall, upon execution of the Contract, notify the owners of all utility services or other facilities of the Contractor’s plan of operations. Such notification shall be in writing addressed to THE PERSON LGB/Department of Public Works City of Long Beach

Section 70 - 16

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  TO CONTACT as provided hereinbefore in this Subsection and the Subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this Section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in the Contractor’s plan of operations that would affect such owners. The location of all known existing subsurface structures, herein called interferences, have been determined from records and field investigations and are shown on the substructure drawings which are available for review in the office of the City Engineer. However, no guarantee can be made for the accuracy of the indicated locations or that all interferences are shown. The Contractor's attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor to protect the health, safety and welfare of workers and of the public. Facilities requiring special precautions include, but are not limited to: conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; natural gas in pipelines greater than 6 inches in diameter or pipelines operating at pressures greater than 60 psi (gauge); underground electric supply system conductors or cables either directly buried or in duct or conduit which do not have concentric neutral conductors or other effectively grounded metal shields or sheaths; and underground electrical conductors with potential to ground of more than 300 volts. The Contractor shall notify the Engineer at least 48 hours prior to performing any work in the vicinity of such facilities. If such facilities are not located on the Plans in both alignment and elevation, no Work shall be performed in the vicinity of said facilities until the owner, or its representative, has located the facility in accordance with Underground Service Alert protocols. The Contractor shall check the locations of any water main facilities in the immediate vicinity of the proposed construction site and notify the Long Beach Water Department prior to excavation. Please note that: a.

These water mains may be very shallow. The Contractor shall exercise extreme caution while working in their vicinity and shall protect them by whatever means are necessary during construction. The Contractor shall not use vibratory compaction equipment within 25' of the water mains but shall utilize a method of compacting that will not damage these vital facilities.

b.

Concrete thrust blocks exist at all tees, bends, crosses, and other water main fittings. The Contractor shall work with caution when excavating in

LGB/Department of Public Works City of Long Beach

Section 70 - 17

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  the vicinity of any thrust block. The Contractor shall not disturb thrust blocks. c.

A minimum of 6" clearance shall be provided between the facilities to be installed and any City of Long Beach facility crossed, including concrete encasement or sand cement slurry used as backfill. No part of any Water Department facility shall be included within any concrete encasement or sand cement slurry backfill.

In the event the Contractor should encounter any unknown interference, or if any known interference's actual location is greatly different than the drawings indicated, the Contractor shall immediately notify the Engineer and shall not move the interference or perform any work on it except in the presence of the Engineer. Should any interfering sewer or storm drain line be abandoned, the Contractor shall remove the interfering portions of the line and cover the open ends of the line left in place with an 8" brick and mortar bulkhead or approved plug, unless otherwise noted on the Plans. Should an interfering line be active, the owner of the line shall be notified and either the line will be moved by the owner, or the Engineer will make minor revisions to the alignment of the construction. Interferences other than utilities shall be removed by the Contractor to clear construction by a minimum of one foot, unless otherwise noted on the Plans or required by the Engineer. Prior to commencing the Work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of the Contractor’s plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the Work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than 5 normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the 5 day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations.

LGB/Department of Public Works City of Long Beach

Section 70 - 18

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to the Contractor’s operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or the Contractor’s surety. FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the Work include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during construction of the Work, shall comply with the following: a.

The Contractor shall permit FAA maintenance personnel the right of access to the Work site for purposes of inspecting and maintaining all existing FAA owned facilities.

b.

The Contractor shall notify the previously named FAA Airway Facilities and SSC Field Office Points-of-Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages.

c.

If the Work requires a facility outage, the Contractor shall contact the previously named FAA Points-of-Contact a minimum of 48 hours prior to the time of the required outage.

d.

If the Work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities’ standards to the satisfaction of the previously named FAA Points-of-Contact.

e.

If the project work requires the cutting or splicing of FAA owned cables, the previously named FAA Point-of-Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities’ specifications and require approval by the previously named FAA Point-of-Contact as a condition of acceptance by the Owner. The

LGB/Department of Public Works City of Long Beach

Section 70 - 19

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the Work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the Contract provisions or in exercising any power or authority granted to the Engineer by this Contract, there shall be no liability upon the Engineer, the Engineer’s authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. The Contractor shall indemnify, hold harmless, and defend the City, its Boards, and their officials, employees, and agents from and against any and all demands, claims, causes of action, liens, liability, loss, damage, costs, and expenses (including attorney's fees) arising from or in any way connected or alleged to be connected with Contractor's performance of the Work, and from any act or omission, willful misconduct, or negligence (active or passive) by or alleged to be by Contractor, its employees, agents, or subcontractors, either as a sole or contributory cause, sustained by any person or entity (including, but not limited to, any employee or representative of the City or the Contractor). The foregoing shall not apply to claims or causes of action caused by the sole negligence of the City, its Boards, or their officials, employees, or agents. With respect to any premises or equipment of the City made use of in the performance of the Contract, the Contractor shall have inspected same prior to use, accepted them in good and safe condition and agree to maintain them in a safe condition for the protection of its employees while using them during the performance of the Work. The Contractor shall indemnify, hold harmless, save and defend City, its Boards, and their officials, agents and employees from and against any and all demands, claims, causes of action, liens, liability, loss, damage, costs and expenses (including attorneys' fees) arising out of City's statutory obligations pertaining to safety of or defective conditions in any premises, materials or equipment owned by or supplied by the City, including obligations under the California Safe Place to Work statutes or any similar statutes relating to dangerous conditions of public property or laws pertaining to the provision of safe place to work or safe equipment for employees.

LGB/Department of Public Works City of Long Beach

Section 70 - 20

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the Work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the Work, nor shall the Owner be precluded or stopped from recovering from the Contractor or the Contractor’s surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill the Contractor’s obligations under the Contract. A waiver on the part of the Owner of any breach of any part of the Contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the Contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumen, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulates and gaseous matter. The Contractor and each subcontractor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 USC 1857), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and environmental protection regulations (40 CFR Part 15). Violations will be reported to the FAA and the Regional Office of the Environmental Protection Agency. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this Subsection, the Contractor is advised that the site of the Work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during the Contractor’s operations, any building, part of a building, structure, human remains or object which is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the Subsection titled EXTRA WORK of Section 40 and the Subsection titled PAYMENT FOR EXTRA WORK LGB/Department of Public Works City of Long Beach

Section 70 - 21

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the Subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. 70-21 PROTECTION OF EMPLOYEES AND OTHERS. The Contractor shall, at its sole expense, take such precautions as are necessary to protect workers engaged in the performance of the Work specified hereunder and to prevent accidents or injury to such workers or others. The Contractor shall comply with all safety orders of the Division of Industrial Safety of the State of California as well as applicable Federal regulations insofar as the same pertain to the Contractor’s operations. Should any unusual or hazardous condition exist by reason of the Work to be performed or should any unusual or hazardous condition arise out of the performance of such work, or should a condition involving a peculiar risk of bodily harm to workers or others arise, then the Contractor shall take all precautions necessary to protect workers and others. 70-22 TRAFFIC AND ACCESS. Section 7-10.1, “Traffic and Access,” of the Standard Specifications for Public Works Construction is supplemented by the following: The cost to accomplish the Work within the specified constraints, including any costs for night-time work and high-early strength concrete, shall be considered as included in the unit prices bid for associated improvements or in the lump sum price (as the case may be), and no additional payment will be made. The Contractor shall submit, for approval by the City Traffic Engineer, a traffic control and detour plan for each phase of construction. The Contractor shall give one-week advance notice prior to the start of construction to all residences and businesses facing or siding on the construction area. The notice shall be in writing on the Contractor's letterhead and shall explain in concise terms the extent and nature of the Work, the anticipated schedule, and office and emergency telephone numbers where the Contractor's representative can be reached. The Contractor shall conduct operations such that fire hydrants, meter vaults, water and gas shutoff valves, and similar facilities are not buried during the course of the Work and so as to offer the least possible obstruction and inconvenience to public traffic and to properties fronting the construction areas. The Contractor shall maintain adequate access to affected businesses and residences. Where traffic is directed around or adjacent to the construction area, the Contractor shall provide, install, maintain and remove temporary striping, delineators, barricades, lights, signs, and other devices required for the control of traffic as required by the applicable City and State traffic regulations and the 2001 edition of LGB/Department of Public Works City of Long Beach

Section 70 - 22

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  "Work Area Traffic Control Handbook." The City shall have the right to relocate traffic control devices. The City will allow reflectorized temporary road signs, if the Contractor maintains them in good condition at all times. After the devices have been installed the Contractor shall, at its sole expense, maintain and keep them in good repair until the acceptance of the Work. The Contractor shall also, during the term of the Contract, pay the cost of replacing such devices that are lost or damaged to such an extent as to require replacement, regardless of the cause of such loss or damage. The Contractor shall remove temporary and existing striping not obliterated by new construction, as required for temporary traffic control, by sandblasting as directed by the Engineer. The Contractor shall remove by sandblasting existing pavement markings, where temporary pavement markings are provided. The Contractor shall not cover these markings. If the Contractor fails to take necessary precautions to provide for proper public convenience and safety, the City may take necessary corrective action including the erection of suitable and sufficient barriers, signs, lights and other protective devices. The City will, upon completion of any such work, notify the Contractor in writing of the character and extent of, and reason for, the work. The City will deduct the cost of the work from the money due or to become due to the Contractor. Full payment for temporary traffic control devices, including furnishing, installing, maintaining and removing said devices, sandblasting existing markings, flagging, if required, and giving advance notices shall be considered as included in the unit prices bid for various items of Work or the lump sum price (as the case may be), and no additional payment will be made. 70-23 TAXES. Bidders shall make no mention in the Bid of sales tax, use tax, or any other tax, as all amounts bid will be deemed to include all taxes. The Contractor shall pay all sales, consumer, use, and other taxes required to be paid in accordance with the laws and regulations of the place of the Work which are applicable during the performance of the Work. The City of Long Beach is not exempt from sales tax. 70-24 LOCAL SALES AND USE TAX. The Contractor shall cooperate with the City to the full extent reasonably possible to maximize the local allocation of California sales and use tax to the City. Such cooperation shall include but not be limited to: 1.

Use Tax Direct Payment Permits: The Contractor shall apply for, obtain and utilize, to the maximum extent reasonable, a California Use Tax Direct Payment Permit. The application for such permit is

LGB/Department of Public Works City of Long Beach

Section 70 - 23

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  available from (and a copy of each quarterly tax return shall be sent to): City Controller City of Long Beach 333 W. Ocean Boulevard, 6th Floor Long Beach, CA 90802 2.

Purchases of $500,000 or More: The Contractor shall require vendors and suppliers located outside California from whom the Contractor makes purchase of $500,000 or more to allocate the use tax to the City of Long Beach.

Additional information regarding Use Tax and the Permit can be found in the State of California Board of Equalization, Sales and Use Tax Regulations, Regulation 1699.6, Use Tax Direct Payment Permits, or on the web site for the Board of Equalization at http://www.boe.ca.gov/sutax/sutprograms.htm. 70-25 PAYMENT. Unless specifically noted otherwise herein, payment for conforming to the requirements of Section 70 shall be considered as included in the unit prices bid for various items of Work and no additional payment will be made therefor.

END OF SECTION 70

LGB/Department of Public Works City of Long Beach

Section 70 - 24

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 80 -- PERFORMANCE AND PROGRESS

80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the Work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. When a portion of the Work has been subcontracted by the Contractor and the Work is not being done in a manner satisfactory to the Engineer, the Contractor shall, upon request, immediately and permanently remove such subcontractor from the Work. 80-02 NOTICE TO PROCEED. Multiple Notices to Proceed will be issued for the Work. The first Notice to Proceed will be for mobilization. When mobilization is complete, the City will issue the Notice to Proceed for construction. The Notice to Proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the Work to be performed under the Contract within 10 days of the date set by the Engineer in the written Notice to Proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PERFORMANCE AND PROGRESS. The Contractor shall submit a progress schedule, for the Engineer’s review and approval, at the preconstruction conference (see PRECONSTRUCTION CONFERENCE, SUBSECTION 80-12). The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the Work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the Work in accordance with the Plans and Specifications within the time set forth in these Specifications. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the Work within the contract time and modify the Contractor’s operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the Work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the Notice to Proceed is issued by the Owner. However, after the award of the Contract and prior to the Notice to Proceed, the Contractor is encouraged to submit shop drawings, mix designs and the various submittals required for the Work. LGB/Department of Public Works City of Long Beach

Section 80 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  80-04 LIMITATION OF OPERATIONS. The Contractor shall control the Contractor’s operations and the operations of all subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREA (AOA) of the Airport. When the Work requires the Contractor to conduct operations within an AOA of the Airport, the Work shall be coordinated with the Engineer at least 48 hours prior to commencement of such Work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated barricading and lighting is in place as provided in the Subsection titled “BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS” of Section 70. The Contractor shall maintain constant communications with Airport Operations and shall immediately comply with all instructions to vacate the AOA and immediately comply with all instructions to resume work in such AOA. Failure to maintain the specified communications or to comply with instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. Any such suspension of the Work will be at the Contractor’s sole expense. Closures of portions of the AOA will be required for the Work. The locations, times, dates, operating restrictions and requirements, and safety and security requirements for these closures are identified elsewhere in these Specifications and indicated on the Plans. 80-05 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors’ operations shall be conducted in accordance with the requirements of the Plans and Specifications and the provisions set forth within the current version of Advisory Circular 150/5370-2. Collectively, the documents convey requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements. The Contractor shall implement all necessary safety plan measures prior to commencement of any Work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors and suppliers the Contractor employs for the Work. The Contractor shall ensure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer.

LGB/Department of Public Works City of Long Beach

Section 80 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  80-06 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the Work to full completion in the manner and time required by the Plans and Specifications. All workers shall have sufficient skill and experience to perform properly the Work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the Work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform the Work for which the person is responsible in a proper and skillful manner or is intemperate or disorderly, shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the Work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the Work, the Engineer may suspend the Work by written notice until compliance with such orders. All equipment which is proposed to be used on the Work shall be of sufficient size and in such mechanical condition as to meet requirements of the Work and to produce a satisfactory quality of work. Equipment used on any portion of the Work shall be such that no injury to previously completed work, adjacent property, or existing Airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the Work are not prescribed in the Plans and Specifications, the Contractor is free to use any methods or equipment that will accomplish the Work in conformity with the requirements of the Plans and Specifications. When the Plans and Specifications require the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the Plans and Specifications, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with requirements of the Plans and Specifications. If, after trial use of the substituted methods or equipment, the Engineer determines that the Work produced does not meet the requirements of the Plans and Specifications, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining Work with the specified methods and equipment. The LGB/Department of Public Works City of Long Beach

Section 80 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Contractor shall remove any deficient Work and replace it with Work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the bid items involved, nor in Contract time as a result of authorizing a change in methods or equipment under this Subsection. 80-07 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the Work wholly, or in part, for such period or periods as the Engineer may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the Work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the Plans and Specifications. In the event that the Contractor is ordered by the Engineer, in writing, to suspend Work for some unforeseen cause not otherwise provided for in the Plans, Specifications, or Contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended by the Contractor on the Work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the Work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with the Contractor’s claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the Contract, Plans, or Specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the Work performed and provide for normal drainage of the Work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the Airport. 80-08 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the Work shall be as indicated in Subsection 80-15, TIME OF COMPLETION. Should the Contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a.

CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of the Engineer’s weekly statement of the number of working days charged against the Contract time during the week and the number of

LGB/Department of Public Works City of Long Beach

Section 80 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  working days currently specified for completion of the Contract (the original Contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base the weekly statement of Contract time charged on the following considerations: (1)

No time shall be charged for days on which the Contractor is unable to proceed with the principal item of Work under construction at the time for at least 6 hours with the normal work force employed on such principal item if such inability to proceed is due to conditions beyond the Contractor’s control. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of Work under construction or temporary suspension of the entire Work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the Contract time.

(2)

The Engineer will not make charges against the Contract time prior to the effective date of the Notice to Proceed.

(3)

The Engineer will begin charges against the Contract time on the first working day after the effective date of the Notice to Proceed.

(4)

The Engineer will not make charges against the Contract time after the date of final acceptance as defined in the Subsection titled FINAL ACCEPTANCE of Section 50.

(5)

The Contractor will be allowed 1 week in which to file a written protest setting forth the Contractor’s objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor.

The Contract time (indicated in Subsection 80-14) is based on the originally estimated quantities as described in the Subsection titled INTERPRETATION OF ESTIMATED BID QUANTITIES of Section 20. Should the satisfactory completion of the Contract require performance of work in greater quantities than those estimated in the Plans, Specifications, and Bid, the Contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the Plans, Specifications, LGB/Department of Public Works City of Long Beach

Section 80 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  and Bid. Such increase in Contract time shall not consider either the cost of work or the extension of Contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b.

CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the Contract counting from the effective date of the Notice to Proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the Contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the Plans, Specifications, and Bid. Such increase in the Contract time shall not consider either cost of work or the extension of Contract time that has been covered by a change order or supplemental agreement. Charges against the Contract time will cease as of the date of final acceptance.

c.

When the Contract time is a specified completion date, it shall be the date on which all of the Work shall be substantially completed. Whenever, in the sole discretion of the City Engineer, good cause exists therefor, the City Engineer may, upon written request of the Contractor, grant to the Contractor a reasonable extension of time within which to complete the Work, provided that such request for extension be made prior to the expiration of the time specified in the Contract, or of any other extension previously given hereunder, and provided further, that no such extension shall be binding unless made in writing by the City Engineer, accepted by the Contractor and filed in the office of the City Engineer. No such extension shall operate in any manner, to excuse or release Contractor or its sureties from any other obligation under the Contract or, in any other manner, to vary, modify or extend any other term or condition therein contained.

80-09 FAILURE TO COMPLETE ON TIME. For each calendar day, as specified in the Contract, that any Work remains uncompleted after the Contract time (including all extensions and adjustments as provided in the Subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in this Subsection as liquidated damages will be deducted from any money due or to become due the Contractor or the Contractor’s surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the Work in the time provided in the Contract. LGB/Department of Public Works City of Long Beach

Section 80 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Permitting the Contractor to continue and finish the Work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the Contract. Because damages to the Airport resulting from the impact of the construction of the improvements would be impractical or extremely difficult to determine, the parties agree that the sum of $500 per calendar day shall be fixed as the liquidated damages (and not as a penalty or forfeiture for breach) for work not completed within the overall time allowed for the Work as indicated in SUBSECTION 80-15. The Contractor shall pay to the City, or have withheld from monies due the Contractor, the sum of $500 per calendar day that the Contractor exceeds the time of completion specified in SUBSECTION 80-15. Portions of the Work will require nighttime closures of runways and taxiways. As specified elsewhere herein, certain runways and taxiways may only be closed from 10:00 p.m. to 6:00 a.m. Work shall not be done within the RSA while a runway is open. Because damages to the Airport resulting from the inability to utilize these runways and taxiways would be impractical or extremely difficult to determine, the parties agree that the sum of $1,000 per any portion of the first 15 minutes and $1,000 for every minute thereafter shall be fixed as the liquidated damages (and not as a penalty or forfeiture for breach) for work not completed within the time allowed for each nighttime shift of work during which the re-opening of runways or taxiways is delayed beyond 6:00 a.m. The Contractor shall pay to the City, or have withheld from monies due the Contractor, the sum of $1,000 per any portion of the first 15 minutes and $1,000 for every minute thereafter that the Contractor exceeds the specified time of completion for each nighttime shift of work during which the re-opening of runways or taxiways is delayed beyond 6:00 a.m. 80-10 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of the Contract and such default will be considered as cause for the Owner to terminate the Contract for any of the following reasons if the Contractor: a.

Fails to begin the Work under the Contract within the time specified in the “Notice to Proceed,” or

b.

Fails to perform the Work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the Contract, or

LGB/Department of Public Works City of Long Beach

Section 80 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  c.

Performs the Work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or

d.

Discontinues the performance of the Work, or

e.

Fails to resume work which has been discontinued within a reasonable time after notice to do so, or

f.

Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or

g.

Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or

h.

Makes an assignment for the benefit of creditors, or

i.

For any other cause whatsoever, fails to carry on the Work in a manner acceptable to the Engineer.

Should the Engineer consider the Contractor in default of the Contract for any reason hereinbefore stated, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the Contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed to cure the default, then the Owner may without violating the Contract, take the performance of the Work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the Work and are acceptable and may enter into an agreement for the completion of the Contract, or use such other methods as in the opinion of the Engineer will be required for the completion of the Contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the Work under Contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the Contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-11 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the Contract or portion thereof by written notice when the Contractor is prevented from proceeding with the Contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. The termination shall be effective immediately upon delivery of said notice. LGB/Department of Public Works City of Long Beach

Section 80 - 8

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  When the Contract, or any portion thereof, is terminated before completion of all items of Work in the Contract, payment will be made for the actual number of units or items of Work completed at the unit price bid or as mutually agreed for items of Work partially completed or not started. No claims or loss of anticipated profits shall be considered. The Engineer will consider reimbursement for organization of the Work, overhead expenses, (when not otherwise included in the Contract), and moving equipment and materials to and from the job, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the Work and not incorporated in the Work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the Contract or a portion thereof shall neither relieve the Contractor of the Contractor’s responsibilities for the completed Work nor relieve the Contractor’s surety of its obligation for and concerning any just claim arising out of the Work performed. 80-12 WORK AREA, STORAGE AREA, AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, taxilane, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate the Work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored per the limits shown on the Plans unless otherwise approved by the Engineer. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within the limits, as specified on the Plans and elsewhere in the Specifications, of any runway or runway safety area (RSA) at any time. 80-13 WORK DAYS AND TIMES. No Work shall be done on Saturdays, Sundays, or holidays recognized under the Contractor's labor agreements. Work schedules shall be subject to approval of the Engineer. Prior to the start of Work, the Contractor shall arrange with the Engineer for the continuous or periodical inspection of the Work and tests of materials, when necessary. If requests are made by the Contractor for permission to work overtime, Saturdays, Sundays or holidays, where weekend work is not required elsewhere herein, and if such requests are granted, the Contractor shall pay all extra expense to the City for inspection and other incidental expenses caused by such overtime work. If the Contractor is requested to work overtime by the City, or if overtime work is specifically required by these Specifications, all extra expense of inspection will be paid by the City. LGB/Department of Public Works City of Long Beach

Section 80 - 9

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Should the Contractor find it necessary, in order to complete the Work according to schedule, to perform certain of its operations on Saturdays, Sundays, holidays or on overtime, these operations shall be performed as part of the Work included in the Contract price and shall not constitute a basis for additional payments. 80-14 PRECONSTRUCTION CONFERENCE. Prior to the commencement of the Work and after the execution of the Contract, the Engineer will contact the Contractor to make arrangements for a preconstruction conference with all interested parties. The Contractor shall submit a written proposed construction schedule to the Engineer at the preconstruction conference. Attendance by the Contractor's personnel who will be on the Work site daily is required. At the preconstruction conference, procedures for working on the Airport will be reviewed with the Engineer, Airport personnel and others affected by construction on the Airport. Operational, safety, and security requirements will be reviewed as will construction coordination with aircraft operations and FAA Control Tower personnel. The Contractor will be advised who the specific individual is who has the authority of Engineer as specified herein. Other individuals who have authority in various types of activity such as Airport Security, Airport Operations and Air Traffic Control and other related parties will be identified. 80-15 TIME OF COMPLETION. Section 6-1, “Construction Schedule and Commencement of Work,” of the Standard Specifications for Public Works Construction is supplemented by the following: The Contractor shall commence mobilization on a date to be specified in a written “Notice to Proceed with Mobilization” from the City and shall complete all mobilization work within 60 calendar days. The Contractor shall commence Work on a date to be specified in a written "Notice to Proceed" from the City and shall complete all Work within 180 WORKING DAYS thereafter. The Contractor shall begin the procurement of materials within 5 calendar days after approval by the Engineer of shop drawings and submittals relating to equipment and materials.

80-16 COMPLETION AND ACCEPTANCE. The acceptance of the Work or the payment of any money by the City shall not operate as a waiver of any provision of this Contract, or of any power reserved to the City, or of any right to damages or LGB/Department of Public Works City of Long Beach

Section 80 - 10

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  indemnity as provided in this Contract. The waiver of any breach of this Contract, or any default hereunder, shall not be held to be a waiver of any other or subsequent breach of default. 80-17 GUARANTEE. Section 6-8, "Completion and Acceptance," of the Standard Specifications for Public Works Construction is supplemented by the following: The Contractor shall guarantee all Work done hereunder against failure due to the defective materials and faulty workmanship for a period of 1 year after the date of final acceptance of the Work by the City of Long Beach, unless some longer period is expressly set forth in any manufacturer’s warranty. Hydroseeded areas shall be maintained by the Contractor through germination of 75% coverage of all areas or project completion and acceptance, whichever is later. When defective material or workmanship is discovered which requires repair or replacement under guarantee, the Contractor shall furnish all necessary labor, materials, and equipment to correct and make good, at the Contractor’s sole expense, all such defects. Repair or replacement work shall commence within 24 hours after written notice has been given to the Contractor by the Engineer, and such work shall be diligently and continuously done until the repair or replacement is completed and accepted. 80-18 NIGHT WORK. Night work is not anticipated. 80-19 RUNWAY CLOSURES. Runway closures are not anticipated. 80-20 PAYMENT. Unless specifically noted otherwise herein, payment for conforming to the requirements of Section 80 shall be considered as included in the unit prices bid for various items of work and no additional payment will be made therefor.

END OF SECTION 80

LGB/Department of Public Works City of Long Beach

Section 80 - 11

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 90 -- MEASUREMENT AND PAYMENT

90-01 MEASUREMENT OF QUANTITIES. All Work completed under the Contract will be measured by the Engineer, or the Engineer’s authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of Work performed under the Contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the Plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the Plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing area quantities, the Contractor shall provide to the Engineer all survey data necessary for computation of areas, in the amount and format acceptable to the Engineer. In computing volumes of excavation the average end area method or other acceptable methods will be used. Contractor shall provide to the Engineer all survey data necessary for computation of volumes, in the amount and format acceptable to the Engineer. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term “ton” will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which 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 mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily

LGB/Department of Public Works City of Long Beach

Section 90 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 F or will be corrected to the volume at 60 F using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the Work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term “lump sum” when used as an item of payment will mean complete payment for the Work described in the Contract. When a complete structure or structural unit (in effect, “lump sum” work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the Work. Special equipment ordered by the Engineer in connection with force account work will be LGB/Department of Public Works City of Long Beach

Section 90 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the Subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this Section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available 10 standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales “overweighing” (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of onehalf of 1 percent. In the event inspection reveals the scales have been “underweighing” (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this Subsection, for the weighing of materials for proportioning or

LGB/Department of Public Works City of Long Beach

Section 90 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  payment, shall be included in the unit prices bid for the various items of Work and no additional payment will be made therefor. When the estimated quantities for a specific portion of the Work are designated as the pay quantities in the Bid, they shall be the final quantities for which payment for such specific portion of the Work will be made, unless the dimensions of said portions of the Work shown on the Plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the Contract as full payment for furnishing all materials, for performing all Work under the Contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the Work or the prosecution thereof, subject to the provisions of the Subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the “basis of payment” Subsection of a technical specification requires that the unit price bid include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other bid item which may appear elsewhere in the Plans or Specifications. Section 9, “Measurement and Payment,” of the Standard Specifications for Public Works Construction is supplemented by the following: Payment will be made in due course of payments by the City of Long Beach. Delete the seventh paragraph of Subsection 9-3.1, “General,” of the Standard Specifications for Public Works Construction, and substitute the following: Payment shall not relieve the Contractor from its obligations under the Contract, nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of any equipment, materials, or the Work to the City. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed Work or structure for which payment has been made, or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10, “Use of Improvement During Construction” of the Standard Specifications for Public Works Construction. Delete the last paragraph of Subsection 9-3.1, “General,” of the Standard Specifications for Public Works Construction, and substitute the following: LGB/Department of Public Works City of Long Beach

Section 90 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  At the expiration of 35 days after the date of acceptance of the Work by the City, or as prescribed by law including but not limited to Section 7107 of the Public Contracts Code, the amount deducted from the final estimate and retained by the City will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained, or that are in dispute. Add the following to Subsection 9-3.1, “General,” of the Standard Specifications for Public Works Construction. Acceptance of the Work shall mean the date a Notice of Completion is filed or, if no Notice of Completion is filed, then it shall mean the date described in Section 6-8, “Completion and Acceptance,” of the Standard Specifications for Public Works Construction. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the Bid, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original unit price bid for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the Subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from the Contractor’s unbalanced allocation of overhead and profit among the bid items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the Subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the Work (order nonperformance) any bid item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a bid item or portion of such item from the Work, the Contractor shall accept payment in full at the unit prices bid for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such bid item. Acceptable materials ordered by the Contractor or delivered on the Work site prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted bid item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted bid item and shall be supported by certified statements by the Contractor as to the nature and amount of such costs. LGB/Department of Public Works City of Long Beach

Section 90 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  90-05 CHANGES INITIATED BY THE CITY. Replace the second paragraph of Subsection 3-2.2.1, “Contract Unit Prices,” of the Standard Specifications for Public Works Construction with the following: In the case of an increase or decrease in a Major Bid Item, the use of this basis for the adjustment of payment will be limited to that portion of the change, which together with all previous changes to that item, is not in excess of 25 percent of the total cost of such item based on the original quantity and Contract unit price. 90-06 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the Subsection titled EXTRA WORK of Section 40, will be paid for at the unit prices bid or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a mark-up for overhead and profit per the limits of this Subsection. a.

Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided.

b.

Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives.

c.

Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1)

Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman.

(2)

Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment.

(3)

Quantities of materials, prices, and extensions.

(4)

Transportation of materials.

(5)

Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax.

LGB/Department of Public Works City of Long Beach

Section 90 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from the Contractor’s stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. Extra work shall be paid for as provided in the Section 3-3 of the “Standard Specifications for Public Works Construction” with the changes indicated below. Delete the first sentence of Subsection 3-3.2.2, “Basis for Establishing Costs,” and substitute the following: The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, including any employer payments to or on behalf of the workers for health and welfare pension, vacation, and similar purposes. To the actual costs for wages, as defined herein, will be added a labor surcharge set forth in the State of California, Department of Transportation publication entitled, "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the Work is accomplished. Said labor surcharge shall constitute full compensation for all payments imposed by Local, State, and Federal laws and for all other payments made to or on behalf of the workers, other than the actual cost for wages. Replace Subsection 3-3.2.3, “Markup,” with the following: a.

Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: Labor Materials Equipment Rentals Other Contractor's costs

20 15 15 15

1 percent may also be added to the sum of costs and markups as compensation for Contractor's bond premium. b.

Work by Subcontractor. When all or any part of the extra work is performed by a subcontractor, the markups in paragraph (a) shall be added to the subcontractor's actual cost of such work. The Contractor may add an additional markup of 10 percent of the first $5,000 of the subcontracted portion of the extra work and 5 percent on work added in excess of $5,000 of the subcontracted portion of work.

LGB/Department of Public Works City of Long Beach

Section 90 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  90-07 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the Work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the Work performed and materials complete in place in accordance with the Contract, Plans, and Specifications. No partial payment will be made when the amount due the Contractor, since the last estimate, amounts to less than five hundred dollars. No partial payment will be made for materials on hand. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor’s work is satisfactorily completed. A subcontractor’s work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (by law or at the Contractor’s option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95 percent of the work has been completed, the Engineer shall, at the Owner’s discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the Bid or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question.

LGB/Department of Public Works City of Long Beach

Section 90 - 8

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the Subsection titled ACCEPTANCE AND FINAL PAYMENT of this Section. 90-08 PAYMENT OF WITHHELD FUNDS. The Contractor may deposit with the City, as a substitute for said withheld moneys, securities listed in Section 16430 of the California Government Code or bank or savings and loan certificates of deposit, or both; equivalent to the amount withheld, provided the Contractor requests permission to make such substitution, bears all expenses in connection therewith, and uses a form provided by the City by request. Contractor’s request shall be made prior to issuance of NTP. The Contractor shall be the beneficial Owner of any securities substituted for moneys withheld and shall receive any interest thereon. In the event of default in the performance of said Contract said securities and/or certificates of deposit may be used by the City to reimburse the City for its damages suffered as a result of such default; and the Contractor shall provide any and all endorsements, assignments, and authorizations requested by the City to enable the City to reduce said securities and/or certificates of deposit to cash. At the expiration of 60 days from the date of acceptance of the Work by the City, the amount deducted from the progress payments and retained by the City will be paid to the Contractor except such amounts as are required or authorized by law or as are authorized by the Contract to be further retained. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the Work has been accepted in accordance with the requirements of the Subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor’s objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the Contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the Subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the

LGB/Department of Public Works City of Long Beach

Section 90 - 9

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  provisions of the Contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the Subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this Subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate.

END OF SECTION 90

LGB/Department of Public Works City of Long Beach

Section 90 - 10

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

  SECTION 100 -- CONTRACTOR QUALITY CONTROL PROGRAM

100-01 GENERAL. When the Specifications require a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction conform to the Plans, 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 Specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this Section is to enable the Contractor to establish a necessary level of control that will: a.

Adequately provide for the production of acceptable quality materials.

b.

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

c.

Allow the Contractor as much latitude as possible to develop the Contractor’s own standard of control.

The Contractor shall be prepared to discuss and present, at the preconstruction conference, the Contractor’s 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. The quality control requirements contained in this Section and elsewhere in the Specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a.

General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the Specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance with the 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 Specifications, in addition to other requirements of this

LGB/Department of Public Works City of Long Beach

Section 100 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

  Section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b.

Quality Control Program. The Contractor shall describe the Quality Control Program in a written document 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 within 10 working days following the award of the Contract.

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

Quality control organization;

b.

Project progress schedule;

c.

Submittals schedule;

d.

Inspection requirements for each individual Bid Item and Specification;

e.

Quality control testing plan for each individual Bid Item and Specification;

f.

Documentation of quality control activities for each individual Bid Item and Specification; and

g.

Requirements for corrective action when quality control and/or acceptance criteria are not met, for each individual Specification.

h.

Technician and inspection staffing levels for each type of operation. (i.e. storm drain pipe placement, formation of embankment, grading, asphalt concrete paving, saw cutting, electrical duct bank and conduit installation and the compaction of trenches, the installation and testing of navigation aids, the installation and testing of conductor and ground wires and counterpoise, the installation and testing of signs, edge lighting, centerline lighting, electrical vault building work, manholes, handholes, backfilling of all items, etc.).

The Contractor is encouraged to add any additional elements to the Quality Control Program that the Contractor deems necessary to adequately control all production and/or construction processes required for the Work. 100-03 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

LGB/Department of Public Works City of Long Beach

Section 100 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

 

personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a.

Program Administrators. The Contractor shall provide a separate Program Administrator for night work and a separate Program Administrator for day time work. The Program Administrators shall be assigned to the project on a full time basis. The Program Administrators shall not report to the Contractor's foreman, superintendents, project engineers, project superintendents, or project managers, but shall report to an officer of the prime Contractor that is not assigned to the project. The Program Administrators shall be full-time employees of the Contractor. The Program Administrators shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as this project. Professional licenses and certificates along with 4 references shall be provided for work on projects completed within the past 10 years. Resumes must be submitted for review and approval for the proposed Program Administrator(s). Additional qualifications for the Program Administrator(s) shall include at least 1 of the following requirements: (1)

Licensed Professional Civil Engineer with 5 years of airport or highway paving, grading and drainage, field and laboratory testing, and quality control experience acceptable to the Engineer.

(2)

A certified Engineer-in-Training with 8 years experience in airport and highway paving, grading and drainage, field and laboratory testing, and quality control experience acceptable to the Engineer.

(3)

An individual with 13 years of highway and airport paving experience acceptable to the Engineer and Certified at NICET level IV in an approved field.

LGB/Department of Public Works City of Long Beach

Section 100 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

  The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the Plans and Specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Project Administrator must be devoted solely to this project during the runway paving portion of the Work, or as otherwise approved by the Engineer. b.

Quality Control Technicians and Inspectors. A sufficient number of quality control technicians and inspectors necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 4 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1)

Inspection of all materials, construction, plant, and equipment for conformance to the Specifications, and as required by Section 10006.

(2)

Performance of all quality control tests as required by the Specifications and Section 100-07.

(3)

Performance of all Quality Control tests and inspections as required by the Civil, Mechanical, Structural, Electrical work, and NAVAID and Electrical Vault facilities, and as required by other Sections of the General Provisions.

Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c.

Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the Work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements.

LGB/Department of Public Works City of Long Beach

Section 100 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

 

100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities with each pay request. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise approved by the Engineer. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the Work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise approved by the Engineer. Submission of the Work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the Plans and Specifications. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the Specifications. The listing can be developed in a spreadsheet format and shall include: a. b. c. d. e.

Specification item number; Item description; Description of submittal; Specification paragraph requiring submittal; and Scheduled date of submittal.

No extension of time will be given for any resubmittal for approval by the City. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100. Inspections shall be performed daily to ensure continuing compliance with Contract requirements until completion of the particular feature of Work. These shall include the following minimum requirements: a.

During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the Specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used.

b.

During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and

LGB/Department of Public Works City of Long Beach

Section 100 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

  workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance with the Specifications and are within the Plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used.

100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the Specifications. The testing plan shall include the minimum tests and test frequencies required by each Specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. b. c. d. e. f. g. h.

Specification item number (e.g., P-401); Item description (e.g., Plant Mix Bituminous Pavements); Test type (e.g., gradation, grade, asphalt content); Test standard (e.g., ASTM or AASHTO test number, as applicable); Test frequency (e.g., as required by technical Specifications or minimum frequency when requirements are not stated); Responsibility (e.g., plant technician); Control requirements (e.g., target, permissible deviations); and The staff required to complete the tests and inspections.

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. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved, results of inspections or tests, nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. 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 Plans and Specifications. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work

LGB/Department of Public Works City of Long Beach

Section 100 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

 

placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required by the Plans and Specifications shall include, but are not necessarily limited to, the following records: a.

Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) (13)

Specification item number and description; Compliance with approved submittals; Proper storage of materials and equipment; Proper operation of all equipment; Adherence to Plans and Specifications; Review of quality control tests; and Safety inspection. Dust control measures. SWPPP compliance measures. Date. Equipment on Site. Number of Personnel. Stations or locations where work took place for the day.

The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b.

Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (1) (2) (3) (4) (5) (6)

Specification item number and description; Test designation; Location; Date of test; Control requirements; Test results;

LGB/Department of Public Works City of Long Beach

Section 100 - 7

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

  (7) (8) (9)

Causes for rejection; Recommended remedial actions; and Retests.

Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the Specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the 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 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. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the Specifications and Plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a.

The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or the Engineer’s authorized representative to the Contractor or the Contractor’s authorized representative at the site of the Work, shall be considered sufficient notice.

LGB/Department of Public Works City of Long Beach

Section 100 - 8

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

 

  b.

In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the Plans and Specifications, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1)

Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors.

(2)

Order the Contractor to stop operations until appropriate corrective actions are taken.

100-12 ASPHALT INSTITUTE SEMINAR. (not required) Unless specifically noted otherwise in these Special 100-13 PAYMENT. Provisions, payment for conforming to the requirements of Section 100 shall be considered as included in the unit prices bid for various items of work and no additional payment will be made therefor.

END OF SECTION 100

LGB/Department of Public Works City of Long Beach

Section 100 - 9

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 110 -- METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL)

110-01 GENERAL. When the Specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner’s risk is the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR’S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. computing PWL is as follows:

The computational sequence for

a.

Divide the lot into n sublots in accordance with the acceptance requirements of the specification.

b.

Locate the random sampling position within the sublot in accordance with the requirements of the specification.

c.

Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification.

LGB/Department of Public Works City of Long Beach

Section 110 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  d.

Find the sample average (X) for all sublot values within the lot by using the following formula: X = (x1 + x2 + x3 + . . .xn) / n

Where: X = Sample average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots e.

Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d12 + d22 + d32 + . . .dn2)/(n-1)]1/2 Where: Sn = Sample standard deviation of the number of sublot values in the set d1, d2, …= Deviations of the individual sublot values x1, x2, from the average value X that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X) n = Number of sublots For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL = (X - L) / Sn Where:

L = specification lower tolerance limit

Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g.

For double sided specification limits (i.e. L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL = (X - L) / Sn

and

QU = (U - X) / Sn

Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and QU, usin the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below PU for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or PU. Determine the PWL by use of the following formula: LGB/Department of Public Works City of Long Beach

Section 110 - 2

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  PWL = (PU + PL) - 100 Where: PL = percent within lower specification limit PU = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Test Item:

Example Project Item P-401, Lot A.

A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 A-2 A-3 A-4

96.60 97.55 99.30 98.35

n=4 2. Calculate average density for the lot. X = (x1 + x2 + x3 + . . xn) / n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2 Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4384 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98

LGB/Department of Public Works City of Long Beach

Section 110 - 3

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 A-2 A-3 A-4

5.00 3.74 2.30 3.25

2. Calculate the average air voids for the lot. X = (x1 + x + x3 . . .n) / n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2 Sn = [(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X - L) / Sn QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) QU = (U - X) / Sn QU = (5.00 - 3.57) / 1.12 QU = 1.2702

LGB/Department of Public Works City of Long Beach

Section 110 - 4

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  7. Determine PU by entering Table 1 with QU = 1.29 and n = 4. PU = 93 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 PWL = (97 + 93) - 100 = 90

EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E 78) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A. arranged in descending order. A-3 A-4 A-2 A-1

99.30 98.35 97.55 96.60

2.

Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463.

3.

Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If: (measurement - average)/(standard deviation) is less than test criterion, the measurement is not considered an outlier.

for A-3 Check if ( 99.30 - 97.95 ) / 1.15 greater than 1.463 1.174 is less than 1.463, the value is not an outlier b. For measurements less than the average: If: (average - measurement)/(standard deviation) is less than test criterion, the measurement is not considered an outlier. for A-1 Check if ( 97.95 - 96.60 ) / 1.15 greater than 1.463 1.0 is less than 1.463, the value is not an outlier

LGB/Department of Public Works City of Long Beach

Section 110 - 5

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  NOTE: In this example, a measurement would be considered an outlier if the density was: greater than (97.95+1.463x1.15) = 99.63 percent or, less than (97.95-1.463x1.15) = 96.27 percent.

LGB/Department of Public Works City of Long Beach

Section 110 - 6

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and PU) 99 98 97 96 95 94 93 92 91 90 89 88 87 86 85 84 83 82 81 80 79 78 77 76 75 74 73 72 71 70 69 68 67 66 65 64 63 62 61 60 59

Positive Values of Q (QL and QU) n=3 1.1541 1.1524 1.1496 1.1456 1.1405 1.1342 1.1269 1.1184 1.1089 1.0982 1.0864 1.0736 1.0597 1.0448 1.0288 1.0119 0.9939 0.9749 0.9550 0.9342 0.9124 0.8897 0.8662 0.8417 0.8165 0.7904 0.7636 0.7360 0.7077 0.6787 0.6490 0.6187 0.5878 0.5563 0.5242 0.4916 0.4586 0.4251 0.3911 0.3568 0.3222

LGB/Department of Public Works City of Long Beach

n=4 1.4700 1.4400 1.4100 1.3800 1.3500 1.3200 1.2900 1.2600 1.2300 1.2000 1.1700 1.1400 1.1100 1.0800 1.0500 1.0200 0.9900 0.9600 0.9300 0.9000 0.8700 0.8400 0.8100 0.7800 0.7500 0.7200 0.6900 0.6600 0.6300 0.6000 0.5700 0.5400 0.5100 0.4800 0.4500 0.4200 0.3900 0.3600 0.3300 0.3000 0.2700

n=5 1.6714 1.6016 1.5427 1.4897 1.4407 1.3946 1.3508 1.3088 1.2683 1.2290 1.1909 1.1537 1.1173 1.0817 1.0467 1.0124 0.9785 0.9452 0.9123 0.8799 0.8478 0.8160 0.7846 0.7535 0.7226 0.6921 0.6617 0.6316 0.6016 0.5719 0.5423 0.5129 0.4836 0.4545 0.4255 0.3967 0.3679 0.3392 0.3107 0.2822 0.2537

Section 110 - 7

n=6 1.8008 1.6982 1.6181 1.5497 1.4887 1.4329 1.3810 1.3323 1.2860 1.2419 1.1995 1.1587 1.1191 1.0808 1.0435 1.0071 0.9715 0.9367 0.9025 0.8690 0.8360 0.8036 0.7716 0.7401 0.7089 0.6781 0.6477 0.6176 0.5878 0.5583 0.5290 0.4999 0.4710 0.4424 0.4139 0.3856 0.3575 0.3295 0.3016 0.2738 0.2461

n=7 1.8888 1.7612 1.6661 1.5871 1.5181 1.4561 1.3991 1.3461 1.2964 1.2492 1.2043 1.1613 1.1199 1.0800 1.0413 1.0037 0.9672 0.9325 0.8966 0.8625 0.8291 0.7962 0.7640 0.7322 0.7009 0.6701 0.6396 0.6095 0.5798 0.5504 0.5213 0.4924 0.4638 0.4354 0.4073 0.3793 0.3515 0.3239 0.2964 0.2691 0.2418

n=8 1.9520 1.8053 1.6993 1.6127 1.5381 1.4716 1.4112 1.3554 1.3032 1.2541 1.2075 1.1630 1.1204 1.0794 1.0399 1.0015 0.9643 0.9281 0.8928 0.8583 0.8245 0.7915 0.7590 0.7271 0.6958 0.6649 0.6344 0.6044 0.5747 0.5454 0.5164 0.4877 0.4592 0.4310 0.4031 0.3753 0.3477 0.3203 0.2931 0.2660 0.2391

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  58 57 56 55 54 53 52 51 50

0.2872 0.2519 0.2164 0.1806 0.1447 0.1087 0.0725 0.0363 0.0

LGB/Department of Public Works City of Long Beach

0.2400 0.2100 0.1800 0.1500 0.1200 0.0900 0.0600 0.0300 0.0

0.2254 0.1971 0.1688 0.1408 0.1125 0.0843 0.0562 0.0281 0.0

Section 110 - 8

0.2186 0.1911 0.1636 0.1363 0.1090 0.0817 0.0544 0.0272 0.0

0.2147 0.1877 0.1607 0.1338 0.1070 0.0802 0.0534 0.0267 0.0

0.2122 0.1855 0.1592 0.1322 0.1057 0.0792 0.0528 0.0264 0.0

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and PU) 49 48 47 46 45 44 43 42 41 40 39 38 37 36 35 34 33 32 31 30 29 28 27 26 25 24 23 22 21 20 19 18 17 16 15 14 13 12 11 10 9

Negative Values of Q (QL and QU) n=3 -0.0363 -0.0725 -0.1087 -0.1447 -0.1806 -0.2164 -0.2519 -0.2872 -0.3222 -0.3568 -0.3911 -0.4251 -0.4586 -0.4916 -0.5242 -0.5563 -0.5878 -0.6187 -0.6490 -0.6787 -0.7077 -0.7360 -0.7636 -0.7904 -0.8165 -0.8417 -0.8662 -0.8897 -0.9124 -0.9342 -0.9550 -0.9749 -0.9939 -1.0119 -1.0288 -1.0448 -1.0597 -1.0736 -1.0864 -1.0982 -1.1089

LGB/Department of Public Works City of Long Beach

n=4 -0.0300 -0.0600 -0.0900 -0.1200 -0.1500 -0.1800 -0.2100 -0.2400 -0.2700 -0.3000 -0.3300 -0.3600 -0.3900 -0.4200 -0.4500 -0.4800 -0.5100 -0.5400 -0.5700 -0.6000 -0.6300 -0.6600 -0.6900 -0.7200 -0.7500 -0.7800 -0.8100 -0.8400 -0.8700 -0.9000 -0.9300 -0.9600 -0.9900 -1.0200 -1.0500 -1.0800 -1.1100 -1.1400 -1.1700 -1.2000 -1.2300

n=5 -0.0281 -0.0562 -0.0843 -0.1125 -0.1408 -0.1688 -0.1971 -0.2254 -0.2537 -0.2822 -0.3107 -0.3392 -0.3679 -0.3967 -0.4255 -0.4545 -0.4836 -0.5129 -0.5423 -0.5719 -0.6016 -0.6316 -0.6617 -0.6921 -0.7226 -0.7535 -0.7846 -0.8160 -0.8478 -0.8799 -0.9123 -0.9452 -0.9785 -1.0124 -1.0467 -1.0817 -1.1173 -1.1537 -1.1909 -1.2290 -1.2683

Section 110 - 9

n=6 -0.0272 -0.0544 -0.0817 -0.1090 -0.1363 -0.1636 -0.1911 -0.2186 -0.2461 -0.2738 -0.3016 -0.3295 -0.3575 -0.3856 -0.4139 -0.4424 -0.4710 -0.4999 -0.5290 -0.5583 -0.5878 -0.6176 -0.6477 -0.6781 -0.7089 -0.7401 -0.7716 -0.8036 -0.8360 -0.8690 -0.9025 -0.9367 -0.9715 -1.0071 -1.0435 -1.0808 -1.1191 -1.1587 -1.1995 -1.2419 -1.2860

n=7 n=8 -0.0267 -0.0264 -0.0534 -0.0528 -0.0802 -0.0792 -0.1070 -0.1057 -0.1338 -0.1322 -0.1607 -0.1592 -0.1877 -0.1855 -0.2147 -0.2122 -0.2418 -0.2391 -0.2691 -0.2660 -0.2964 -0.2931 -0.3239 -0.3203 -0.3515 -0.3477 -0.3793 -0.3753 -0.4073 -0.4031 -0.4354 -0.4310 -0.4638 -0.4592 -0.4924 -0.4877 -0.5213 -0.5164 -0.5504 -0.5454 -0.5798 -0.5747 -0.6095 -0.6044 -0.6396 -0.6344 -0.6701 -0.6649 -0.7009 -0.6958 -0.7322 -0.7271 -0.7640 -0.7590 -0.7962 -0.7915 -0.8291 -0.8245 -0.8625 -0.8583 -0.8966 -0.8928 -0.9325 -0.9281 -0.9672 -0.9643 -1.0037 -1.0015 -1.0413 -1.0399 -1.0800 -1.0794 -1.1199 -1.1204 -1.1613 -1.1630 -1.2043 -1.2075 -1.2492 -1.2541 -1.2964 -1.3032

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  8 7 6 5 4 3 2 1

-1.1184 -1.1269 -1.1342 -1.1405 -1.1456 -1.1496 -1.1524 -1.1541

-1.2600 -1.2900 -1.3200 -1.3500 -1.3800 -1.4100 -1.4400 -1.4700

-1.3088 -1.3508 -1.3946 -1.4407 -1.4897 -1.5427 -1.6016 -1.6714

-1.3323 -1.3810 -1.4329 -1.4887 -1.5497 -1.6181 -1.6982 -1.8008

-1.3461 -1.3554 -1.3991 -1.4112 -1.4561 -1.4716 -1.5181 -1.5381 -1.5871 -1.6127 -1.6661 -1.6993 -1.7612 -1.8053 -1.8888 -1.9520

END OF SECTION 110

LGB/Department of Public Works City of Long Beach

Section 110 - 10

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  SECTION 120 – NUCLEAR GAUGES 120-01 TESTING. When the Specifications provide for nuclear gauge acceptance testing of material for Items P-152, P-154, P-208, P-209, and P-220, the testing shall be performed by the City for acceptance in accordance with this Section. At each sampling location, the field density shall be determined in accordance with ASTM D 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM 6938. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards. When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular daily intervals. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 6938 is used. 120-02 PWL. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Tolerance (L) for Density Specification Item (percent of laboratory maximum) Number Item P-152 Item P-154 Item P-208 Item P-209 Item P-220

90.5 for cohesive material, 95.5 97.0 97.0 97.0

95.5 for non-cohesive

If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's sole expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater.

LGB/Department of Public Works City of Long Beach

Section 120 - 1

R-6970 Division H – General Requirements

09/30/2011

AC 150/5370-10F

  120-03 VERIFICATION TESTING; FOR ITEMS P-152 AND P-154 ONLY. The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture-density in accordance with ASTM D 1557, and (2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a "one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 1557. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120

LGB/Department of Public Works City of Long Beach

Section 120 - 2

R-6970 Division H – General Requirements

DIVISION I TECHNICAL REQUIREMENTS

SECTION G-001 - MOBILIZATION/DEMOBILIZATION DESCRIPTION 001-1.1 GENERAL. Mobilization shall consist of obtaining all required permits; mix designs; preparatory work and operations necessary to relocate personnel and equipment, set-up barricades; set-up and dismantle all temporary offices, buildings, facilities, utilities, and site restoration and cleanup; the movement of supplies and incidentals to the Work site; training for vehicle monitors; escorts; badging as specified elsewhere herein; and other items which must be performed or cost incurred prior to beginning physical construction of the Work. This Item shall also include the placement and removal of temporary marking, lighting, and other items required for construction phasing and safety during construction of the Work. 001-1.2 CONTRACTOR’S DESIGNATED AREA. The location of the Contractor’s designated area for temporary facilities are shown on the Plans. In the event additional space is required for the Contractor’s operations, the Contractor shall submit a written request to the Airport describing the required size of the additional area as well as the planned operations within the additional area. 001-1.3 PRINCIPAL ITEMS OF MOBILIZATION. Mobilization shall include the following principal items: a. Permits for the Work, which may include Building Permit, Traffic Plan Permit, water use permits and FAA 7460-1 permit, and as required by Subsection 70 of these Specifications. b. Approved SWPPP and Approved Dust Control Plan c. Approved Safety Plan. d. Approved Traffic Control Plan e. The schedule of costs breakdown of all lump sum items in the Bid. f. Approved construction schedule. g. Approved Quality Control Plan. h. Contractor’s and Engineer’s field facilities and laboratories, including utilities and supplies as required by Subsection 60-05 of these Specifications. i.

Training for vehicle monitors, escorts, and badging.

j.

Survey file of existing ground.

k. Approval of all other submittals. LONG BEACH AIRPORT CITY OF LONG BEACH

G-001 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

l.

Demobilization, including removal of all contractor equipment, field offices, laboratories, restoration of the area used for the Contractor’s yard and access, removal of temporary striping and markings and submittal of record drawings, test results, and survey notes of the constructed Work.

MATERIALS 001-2.1

TEMPORARY FACILITIES. Not used.

001-2.2

SECURITY FENCING. Not used.

001-2.3 PARKING FACILITIES. The Contractor shall provide parking facilities for personnel. Employee or equipment parking will be permitted only in areas specifically designated for the Contractor’s use. 001-2.4 RECORD DRAWINGS. The Contractor shall maintain a set of full-size drawings noting the changes in project layout, details, and other information shown on the drawings. CONSTRUCTION METHODS 001-3.1 LAYOUT OF TEMPORARY FACILITIES. The Contractor shall set-up construction facilities in a neat and orderly manner within the designated area. The Contractor shall perform all required Work in accordance with applicable sections of these Specifications, or as approved by the Engineer. The Contractor shall confine operations to the Work area shown on the Plans. 001-3.2 SITE RESTORATION AND CLEANUP. Upon Completion of the Work, all areas used by the Contractor in connection with the Work shall be finished as follows: Project site and staging areas properly cleared of all temporary structures, rubbish, and waste materials; properly graded to drain and blended in with the abutting property. Any area used by the Contractor for stockpiling or for the deposit of waste materials shall be finished to properly drain and blend with the surrounding terrain. The Contractor shall perform all Work necessary to restore any haul routes used by the Contractor’s equipment to their original condition. Temporary roadways shall be obliterated and original vegetation reestablished. Existing roadways, runways, taxiways, and taxilanes shall be patched or overlaid as necessary to restore them to original condition. 001-3.3 RECORD DRAWINGS, TEST RESULTS AND SURVEY NOTES. The Contractor shall continuously, during the course of the Work, provide 5 copies of all test results required by the Specifications and 5 copies of all survey notes and computations made in connection with the Work to the Engineer. At the conclusion of the Work, the Contractor shall submit one set of record drawings to the Engineer. This shall be a full-size set of Contract Plans accurately marked (in red) documenting all modifications in geometric layout of Work items, modifications to details, drainage structure grade and invert elevations, and other changes that occurred during the course of the Work. RFI responses, revised LONG BEACH AIRPORT CITY OF LONG BEACH

G-001 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

plans, or other documents approving changes, where applicable, shall be attached to the drawings. METHOD OF MEASUREMENT 001-4.1 No separate measurement will be made for mobilization. However, the City reserves the right to require submittal of invoices, receipted bills, payrolls and other appropriate documents to justify any or all payment under this item. BASIS OF PAYMENT 001-5.1 Payment for “Mobilization/Demobilization” will be made based on a split such that 75 percent of the unit price bid is considered mobilization and 25 percent is considered demobilization. Payment for the mobilization portion will be made when Items 001-1.3.a through 001-1.3.k have been completed to the satisfaction of the Engineer. Payment for the demobilization portion will be made when Item 001-1.3.l has been completed to the satisfaction of the Engineer. The unit price bid for mobilization/demobilization shall not exceed six (6) percent of the total bid price for the entire Base Bid. Exceedance of the six percent limitation may render the bid non-responsive. When Contract Items are altered as provided in the General Provisions, no additional mobilization or demobilization costs will be allowed. Payment will be made under: Item G-001-5.1

Mobilization/Demobilization Area 1 ........ per Lump Sum

Item G-001-5.2

Mobilization/Demobilization Area 2 ........ per Lump Sum

Item G-001-5.3

Mobilization/Demobilization Area 3 ........ per Lump Sum

Item G-001-5.4

Mobilization/Demobilization Area 4 ........ per Lump Sum

Item G-001-5.5

Mobilization/Demobilization Area 5 ........ per Lump Sum

Item G-001-5.6

Mobilization/Demobilization Area 6 ........ per Lump Sum

Item G-001-5.7

Mobilization/Demobilization Area 7 ........ per Lump Sum

Item G-001-5.8

Mobilization/Demobilization Area 8 ........ per Lump Sum

Item G-001-5.9

Mobilization/Demobilization Area 9 ........ per Lump Sum

END OF SECTION LONG BEACH AIRPORT CITY OF LONG BEACH

G-001 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION G-100 - WATERING DESCRIPTION 100-1.1 GENERAL. Watering shall consist of furnishing and applying water as required for compaction of embankments, subgrades, subbases and/or base courses, dust control and miscellaneous other construction needs. MATERIALS 100-1.2 FURNISHING WATER. The Contractor shall provide and maintain, at the Contractor’s sole expense, an adequate supply of water of a quality suitable for the required construction and for domestic use. The Contractor shall investigate the availability of suitable water, make all arrangements for the purchase of the water and provide all facilities necessary to furnish water for the Contractor’s use during construction. The Contractor shall not draw any water from a fire hydrant for use on the Work without first obtaining a written permit and meter from the City of Long Beach Water Department (LBWD). If Contractor uses water from mains owned and controlled by LBWD, Contractor shall contact LBWD, obtain permission for use of the mains, obtain a meter from LBWD, and pay for all water used. An Eddy Valve approved by the Engineer shall be supplied by the Contractor, at the Contractor’s sole expense and at no additional cost to the City, for any connection to the Airport water mains. The Contractor shall keep available at the Work site, at all times, a minimum of 1 self-loading operational vacuum motor sweepers, of the manufacturer and model shown on the Plans, or approved equal, and 1 water trucks to maintain dust control and cleaning of pavements affected by Contractor operations, and shall use this equipment as needed to keep pavement areas swept clean of debris, to the satisfaction of the Engineer. METHOD OF MEASUREMENT 100-2.1 No separate measurement will be made for watering. BASIS OF PAYMENT 100-3.1 No separate payment will be made for furnishing and applying water and providing vacuum sweeper. Payment for furnishing and applying water and vacuum sweeper shall be considered as included in the prices bid for various items of Work involved. END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

G-100 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION G-200 - SAFETY AND SECURITY PROVISIONS

DESCRIPTION 200-1.1 OPERATIONAL SAFETY ON THE AIRPORT. The Contractor shall conduct all operations in a manner that will cause no interference with airplane traffic or normal operation of the Airport. The Contractor shall furnish flaggers, escorts and FOD control (sweepers) to regulate the movements of vehicles and equipment when it is necessary for a vehicle, or piece of equipment to cross an active taxiway when working within 129.5 feet of an active taxiway, or when working in the vicinity of the air carrier ramp or other aircraft parking positions. No crossings of active runways will be allowed. When an aircraft approaches Work in progress adjacent to an active taxiway, the workers and equipment shall be withdrawn to a safe distance until the aircraft has passed. Aircraft shall always have the right-ofway. In all operations, the Contractor shall be governed by the regulations and rules of the Long Beach Airport and shall cooperate fully with the Engineer. The Contractor shall refer to the General Provisions of these Specifications regarding Operation of Vehicles on the AOA. The Contractor shall also be bound by the operational safety requirements outlined in the Federal Aviation Administration (FAA) Advisory Circular No. 150/5370-2F, titled “Operational Safety On Airports During Construction” and “The Long Beach Airport Safety and Security Requirements during Construction”. These documents are attached to these Specifications. Should there be a conflict in the requirement, the Contractor shall request clarification from the Engineer prior to proceeding with the Work. Phasing shall be accomplished in accordance with the Plans and these Specifications.

PROVISIONS 200-2.1 INTRODUCTION. The Long Beach Airport is a complex operational facility, which is governed by a very strict set of rules to ensure the safety of the traveling public, the operators of the various airlines, and those individuals who function as support personnel to the facility. It is recognized and understood that the Contractor is required to comply with the most current edition requirements contained in the FAA Advisory Circulars as they pertain to the Work. The Contractor shall familiarize itself with general Airport operations and take these factors into consideration in arriving at its Bid prices and in scheduling its various activities. The following are general safety operations and objectives that must be achieved to maximize safety and to minimize time and economic loss to the aviation community, construction contractors, and others directly or indirectly affected by the Work. The Contractor shall keep these objectives in consideration when formulating schedules and operational activities. The Contractor shall be responsible for controlling these LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

operations and the operations of subcontractors (at all levels) and suppliers so as to comply with the requirements of this section as listed below: A. Maximize safety of aircraft movement and airport operations as a whole. B. Keep the airport operational for all users. C. Minimize delays to aircraft operations. D. Minimize delays to construction operations. E. Minimize airport operation and construction activity conflicts. 200-2.2 REFERENCES. The rules and requirements specified in this Section have been compiled from the following sources: A. Federal Aviation Administration Advisory Circulars 150/5370-2F, 150/5210, and 70/7460-IG. B. Federal Aviation Regulation (FAR) 49 CFR Part 77. C. FAA order NM 5200.3. D. Long Beach Airport Safety and Security Requirements During Construction 200-2.3 REQUIREMENTS AND REGULATIONS RELATING TO THE OPERATION OF MOTOR VEHICLES. A. General: 1. During the duration of the Work, the Contractor shall recognize and abide by all rules, regulations, and controls, as modified by Federal Regulations. 2. In addition to the Federal Regulations, the Engineer is empowered to issue such other instructions as may be deemed necessary for the safety and well being of Airport users or otherwise in the best interest of the public. B. Operation of Motor Vehicles 1. General: a. Motor vehicle operations within and on the Airport premises shall be governed by the provisions of the California State Motor Vehicle Codes and Traffic Direction procedures and signals and signals for turns. Lights and safe-driving precaution shall be in conformity therewith. In addition, motor vehicles shall conform to all special regulations prescribed by the Airport. b. Traffic on perimeter roads, enplaning and deplaning areas, public thoroughfares and parking areas of the Airport is limited to those LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

vehicles properly licensed to operate on public streets and highways. c. All vehicular equipment in the AOA, access road, and aircraft parking or storage area shall at all times comply with any lawful signals or direction of Airport employees. All traffic signs, lights and signals shall be obeyed. d. Every person operating motorized equipment of any character on any area shall operate the same in a careful and prudent manner and at a speed posted or fixed by this Section or the General Provisions and at no time greater than is reasonable and proper under the conditions existing at the point of operating, taking into account weather, traffic and road conditions, view and obstructions, and shall be consistent with all conditions so as not to endanger the life, limb or property, or the rights of others entitled to the use thereof. 2. Operation of Vehicles within the AOA: a. All motor vehicles that enter the AOA shall possess exhaust systems which are protected with screens, mufflers, or other devices adequate to prevent the escape of sparks or the propagation of flame. b. All vehicles within the AOA shall be equipped with reflectors or lights on both front and rear ends and on the sides. c. Contractor’s vehicles shall be equipped with operable yellow flashing beacons. Beacons must be lighted during all periods of the vehicle operation and while vehicle is within the AOA. d. No person shall operate any motor vehicle or motorized equipment within the AOA unless such motor vehicle or motorized equipment is in a safe and mechanically reliable condition for such operation. e. Any person operating equipment within the AOA shall, in addition to this Section, abide by all existing Federal Aviation Administration and other governmental rules and regulations. f. No person shall operate any motor vehicle or motorized equipment on the aircraft movement or non-movement areas of the Airport at a speed in excess of 10 miles per hour, or the posted speed limit, whichever is lower, and less where conditions require. Designated motor vehicle drive lanes shall be utilized where provided unless specific direction is given by the Engineer. g. No person operating a motor vehicle or motorized equipment within the AOA shall in any way hinder, stop, slow, or otherwise interfere with the operation of any aircraft. LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

h. All aircraft and emergency vehicles have priority over Contractor’s vehicles. Contractor shall ensure that under no circumstances will any Contractor, subcontractor, or other vehicle associated with the Work pass beneath any part of an aircraft or block the access or delay any aircraft movement. i.

Vehicles shall remain within established drive lanes. It is prohibited to use runways, taxiways, taxilanes, or adjacent field areas unless specifically indicated on the Plans. It is emphasized that the Contractor’s authority to operate does not extend to active aircraft movement areas. The Contractor shall operate along established haul routes with prior approval of the Engineer.

j.

Contractor’s vehicles shall not deviate from approved haul routes specified on the Plans or as directed by the Engineer. Crossover between construction sites is prohibited. To move from one construction site to another, vehicles must exit the AOA via the approved haul route and access point and re-enter through the approved access gate and haul route for the next construction site.

k. Escorts: At all times during Work within 250 feet of the centerline of an operating runway or 129.5 feet of the centerline of an operating taxiway, or when entering or crossing an active movement area, vehicles shall be accompanied by an approved radio-equipped escort vehicle. All escorts shall be licensed by the Airport for perimeter road driving. l.

When construction vehicles, other than those routinely used in the aircraft movement area and runway approach area, are required to travel over any portion of that area, they shall be accompanied by an approved radio-equipped escort vehicle.

m. Contractor shall refer to the General Provisions for additional requirements. C. Parking 1. No parking is permitted on the Airport roadway as the primary purpose of the Airport roadways is for motor vehicle traffic. 2. No person shall park any motor vehicle, other equipment, or materials within the AOA, except in a neat and orderly manner and at such locations prescribed by the Plans and Specifications or as directed by the Engineer. 3. No person shall park any motor vehicle or other equipment or place materials within the AOA within 15 feet of any fire hydrant or standpipe.

LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 4 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

4. Parking of construction workers’ private vehicles shall also be in a public parking or private parking facility outside the AOA unless otherwise approved by the Engineer. Under no circumstances shall vehicles or equipment be parked within 10 feet of the Airport Perimeter Security fence line. D. Vehicle Identification 1. All vehicular equipment operating within the AOA must display signs of commercial design on both sides of the vehicle, which identify the vehicle as belonging to the Contractor. 2. Vehicles that appear at access gates without signs on both sides of the vehicle will be denied access. Vehicles found to be missing signs within the AOA will be escorted off the Work site and not be permitted to re-enter until signs have been installed. 3. Contractor’s vehicles must be equipped with 3-foot by 3-foot flags having a checkered pattern of International orange and white squares at least 1 foot on each side. For fabric color specifications, see FAA AC 150/5210-5B, Appendix 1. Attach flag on top of vehicle with rigid pole so that the flag will be visible at all times. Vehicles without flags will not be permitted to enter the AOA. E. Load Limits: When using airport roadways, the Contractor shall restrict the gross combination weight to 80,000 pounds, single-axle maximum weight of 20,000 pounds, and a tandem axle weight maximum of 32,000 pounds. All vehicle weights are subject to verification by the Engineer. F. Delivery and Parking of Construction Equipment and Vehicles: No equipment or construction vehicles shall be parked or left unattended outside the airfield access gates or on public roadways. When equipment or vehicles are to be delivered to the Worksite, the Contractor must be present to accept the equipment or vehicles and shall escort them inside the airfield fence and have them parked in the Contractor’s staging area or other approved location on the airfield. Any construction equipment or vehicles left unattended outside the airfield gates or on public roadways shall be impounded by the City. 200-2.4 REQUIREMENTS AND REGULATIONS RELATING TO OPERATORS OF VEHICLES. A. All drivers operating vehicles on Airport property must carry a valid United States driver’s license on his/her person, appropriately endorsed for the type of equipment being operated. B. Drivers designated to operate vehicles within the AOA shall receive special drivers training as required in the General Provisions and be approved by the Airport before being allowed to operate within the AOA or must be escorted LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 5 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

by an approved escort. Drivers operating outside the AOA may operate vehicles without attending the special drivers training. 200-2.5 MARKING OF EQUIPMENT AND RESTRICTIONS ON CRANES. Each vehicle or piece of equipment anywhere on the Airport that extends higher than 15 feet above ground shall be equipped with a flag mounted on the highest part of the equipment, and shall have obstruction lighting in accordance with the current edition of FAA Advisory Circular 70/7460-1 whenever visibility is less than 3 miles. Federal Aviation Regulation Part 77, states that no permanent or temporary structure can exceed an imaginary surface, which begins 500 feet from the centerline of Runway 12-30 and 250 feet from Runways 7R-25L, 7L-25R, 16L-34R, and 16R-34L, and extends outward and upward at a 7:1 ratio. As long as visibility is at or above 3 miles, there are no additional restrictions on the height of the crane. The crane must have obstruction lighting in accordance with the current edition of FAA Advisory Circular 70/7460-1 whenever visibility is less than 3 miles and it must be lowered at the end of each work shift. Flags should be rectangular in shape with stiffeners to keep them from dropping in calm wind. This flag shall be not less than 3 feet square consisting of five 1-foot squares of international orange color and four 1-foot squares of white color. Depending on the location of the Work site, there may be severe restrictions on the use of equipment that extends skyward, such as cranes and concrete pumping booms. Some of these restrictions include limitations on the height cranes can be extended during times of reduced visibility, e.g., cranes may not be raised unless visibility is 2 to 3 miles or greater. If cranes or other equipment exceeding 15 feet in height are to be used, the Contractor will be required to submit for approval the FAA’s application Form 7460-1 to: Federal Aviation Administration Attention: Airports Division, AEP-600 P.O. Box 92007 Los Angeles, CA 90009 The Airport has no control over the FAA’s review and approval time. The Contractor is encouraged to submit any required applications well in advance (at least 3 months) of the need for the use of the equipment or crane. Contractor to submit: 1. Latitude 2. Longitude 3. Existing ground elevation including vertical datum 4. Height of crane, structure, stockpile, etc. 200-2.6 AIRPORT SECURITY. The Contractor shall conform to the FAA Air Carriers’ Standard Security Program (SSP) employee background check requirements as administered and enforced by the Airport Director. Public Law 106LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 6 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

528 requires that all new employees (including contractors) comply with the “Criminal History Record Checks” by being fingerprinted. The Contractor shall provide security guards at gates used by the Contractor for vehicle ingress and egress through the Airport perimeter security fences. The Contractor shall stop any unauthorized person entering the Airport through these gates. Gates shall be closed and locked at all times not in use. Airfield security shall be maintained at all times. The Contractor shall provide a bonded security guard at each field access point used by the Contractor. The Contractor shall train personnel to maintain security at point of entry. The Contractor shall instruct the guard as follows: A. The gate shall be opened to allow authorized vehicular passage and closed and locked at all other times. B. All vehicles must have an approved logo or company name displayed on both sides of the vehicle. C. Except for escorted vehicles, all persons entering the AOA must display either a current Long Beach Airport picture I.D. issued by the Airport, or a temporary badge issued by the Contractor. D. Except for escorted vehicles and City personnel, all equipment and vehicles entering the AOA must display a checkered flag mounted firmly on the highest part of the vehicle. E. Unless a gate guard is performing guard duty, the gate must be secured and locked. F. No one is allowed to enter the AOA unless the preceding conditions are met. 200-2.7 WORKING CONDITIONS. The Contractor shall keep the Work area and adjoining areas free from dirt and debris caused by the Work. Noise from construction operations shall be subject to control by the Engineer to avoid interference with the operations of the Airport. Equipment and materials must be stored off Airport property until the time they are to be used or incorporated into the Work unless otherwise approved by the Engineer. Materials unloaded at the Work site shall so be placed as to cause no greater obstruction to automobile and pedestrian traffic than is considered necessary by the Engineer. No roadway or passageway shall be closed or opened except by express permission of the Engineer. Construction equipment and materials delivery vehicles shall be operated in such a manner as to avoid any hazard or apparent hazard to the public. As required by the General Provisions, the Contractor shall place sufficient delineators or barricades and signs closing off the Work area within and adjacent to Work area, without interrupting the safe and orderly flow of aircraft, pedestrian, and vehicular traffic.

LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 7 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

200-2.8 SCHEDULE AND PHASING. Prior to commencing work the Contractor shall submit a detailed construction schedule and phasing plan for approval. The schedule and phasing plan shall meet the requirements of these Specifications. The Contractor shall update the schedule and phasing plan prior to the input of the monthly progress pay, whenever it fails to reflect actual progress, or when directed by the Engineer. A three-week look ahead schedule shall be provided at weekly construction meetings. 200-2.9 CONTRACTOR’S OPERATIONS AND STORAGE YARD. Storage of equipment and materials left overnight shall be in the laydown area. The Contractor shall be solely responsible for the security of the laydown area and shall be liable for any damage caused to such premises. The Contractor shall restore the staging and storage areas and adjacent areas to their original condition prior to final acceptance of the Work. 200-2.10 MAINTENANCE OF OPERATIONS. Contractor shall maintain a safe operating area, free of FOD, at all times. Vacuum sweepers, as outlined in these Specifications and on the Plans, shall be continuously utilized to maintain the Work site and haul routes. Unbadged vehicle operators shall be escorted at all times while within the AOA between access gate and Work site. Access Gate Guards shall be provided to register all Contractor personnel accessing the AOA. Only Contractor and City personnel shall be allowed through Contractor gates.

MEASUREMENT 200-3

No separate measurement will be made for complying with this Item.

BASIS OF PAYMENT 200-4 Payment for complying with the requirements of this Item shall be considered as included in the prices bid for various items of Work and no additional payment will be made therefor.

END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

G-200 - 8 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION G-300 - DEMOLITION

DESCRIPTION 300-1 This item shall consist of removing, salvaging, stockpiling and/or disposing of existing pavements and other identified items for all areas within the limits designated on the Plans, required by the Specifications or as required by the Engineer. Should a pipeline, conduit, or other utility or structure not indicated on the Plans be encountered that must be removed or relocated to permit the completion of the Work, the Contractor shall remove or relocate the interfering object as directed by the Engineer. All items designated “to be removed” shall be removed and disposed of off Airport property at a properly licensed facility, in accordance with all applicable local and federal laws and regulations. CONSTRUCTION METHODS 300-2.1 GENERAL. All items designated or required to be removed shall be disposed of off Airport property, unless otherwise noted, and shall be transported to a legal disposal site(s). Proof of proper disposal at a legally authorized dumping site is required. Removal of items for salvage shall include labeling all pieces, members, and joints. Labeling shall provide a sequence for reassembly. Salvaged material shall be packaged and delivered to the Airport Maintenance Yard for storage. 300-2.2 PAVEMENT REMOVAL. All Asphalt Concrete (AC) and Portland cement concrete (PCC) pavement, both reinforced and non-reinforced, shall be removed within the limits and to the depths shown on the Plans, unless otherwise specified or directed by the Engineer. Underlying aggregate base, subbase, and soil strata designated for removal shall be removed and paid for under Item P-152, Unclassified Excavation. Lime-treated subgrade, cement-treated subgrade, geotextile fabric, or multiple underlying layers of AC or PCC may be encountered. No additional payment will be made for the removal of treated materials. Pavement shall be removed along clean straight lines by sawcutting. Existing pavement to remain in place that is damaged by the Contractor shall be repaired by the Contractor at Contractor’s sole expense at no additional cost to the City. The repair method shall be approved by the Engineer. Portions of the existing pavement may have been constructed using geotextile fabrics, paving fabric between paving lifts or geotextile fabric between layers of

LONG BEACH AIRPORT CITY OF LONG BEACH

G-300 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

construction. Geotextile fabrics may be encountered during pavement removal. No additional payment will be made for removal of geotextile fabric. AC and PCC pavement, including any embedded metal, shall be cut with a concrete saw at all joints and/or match lines before removal, and as shown on the Plans. Saw-cuts shall be full depth where the existing pavement is to be removed. All sawcutting, including relief sawcutting, shall be considered as included in the bid for the various items of Work and no additional payment will be made therefore. Removal of pavement for drainage removals shall not begin until the edges of the removal are sawcut. Removed AC, PCC concrete and all excavated earth materials which are not incorporated into the new pavement structures shall be transported and disposed of off Airport at a properly licensed facility. Excavated materials suitable for backfill may be transported to and temporarily stockpiled outside of all Runway and Taxiway Object Free Areas, as identified on the Plans, or as approved by the Engineer. The height of any stockpile may not penetrate FAR Part 77 Imaginary Surfaces. The Contractor shall verify maximum allowable height with the Engineer prior to stockpiling material. At the conclusion of the Work, all such stockpiled materials which have not been used in the construction of the project shall be transported off Airport property and disposed of at a properly licensed facility. No crushing or other processing of material on Airport property is allowed. At the Contractor’s option and sole expense, the existing pavement may be removed by means allowing for the material to be incorporated into the Work as part of Item P-220, Crushed Miscellaneous Base. Should the Contractor elect to incorporate the removed material, said material shall conform to the requirements of Item P-220. At the Contractor’s sole expense, removed material may be transported to a processing facility, processed to the correct gradation, and returned to the site for placement as part of Item P-220, Crushed Miscellaneous Base. Should the Contractor elect the option to incorporate removed materials into the Work, the Contractor shall submit a formal request to the Engineer. The request shall include the type of material to be incorporated, the Item for which the material is to be used, and the size of required stockpile (if desired on-site). Minimum information in regards to the size of the stockpile shall include the preferred Plan dimensions and material volume. All excess stockpiled grindings and pulverized material shall become the property of the Contractor and shall be removed from the Work site prior to final acceptance of the Work. Disposal of the material shall be off Airport property at a properly licensed facility.

LONG BEACH AIRPORT CITY OF LONG BEACH

G-300 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

300-2.3 MISCELLANEOUS REMOVALS. All trash, debris, pipe, catch basins, storm drain piping, and other items being removed shall be disposed of off Airport property at a properly licensed facility. Voids resulting from abandoned or removed structures or pipes shall be filled with suitable material approved by the Engineer and compacted to 90 percent of maximum density as determined by ASTM D1557 and in conformance with these Specifications. When under pavement areas, compaction shall be in accordance with the pavement section requirements outlined in the Plans and Specifications, or as required by the Engineer. All items designated or required to be removed and salvaged shall be delivered to the Airport Maintenance Yard, or other areas within the Airport, as directed by the Engineer. It is the Contractor’s sole responsibility to provide adequate and appropriate equipment to transport materials, and to maintain haul roads and stockpile sites in satisfactory condition. FOD controls during these operations need to be in strict conformance with the dust and FOD control provisions of the Plans and Specifications. Whenever a pipeline, conduit, sewer, or other utility not shown on the Plans is encountered, the Contractor shall immediately inform the Engineer as required in Section 50 of the Specifications. 300-2.4 PAVEMENT MARKING REMOVALS. In areas where pavement is to be removed, markings removed shall be considered incidental to the other removal items and no separate payment will be made therefore. Removal of temporary markings shall be considered incidental to other items of work. 300-2.5 STOCKPILE OF EXISTING BASE MATERIAL. The Contractor shall have the option to stockpile existing base material, not yet incorporated into the pavement section, on the Airport at an approved location. This stockpile shall be maintained with dust control and SWPPP provisions implemented. At end of the Work, excess existing base material shall be removed from the Airport and disposed of off Airport property at a properly licensed facility. The stockpile site shall be restored to its original condition. 300-2.6 FENCE REMOVAL. The Contractor shall sequence work so that no breech of the security fence occurs at any location including fence joins. The Contractor shall install the new fence with secure joins at either end prior to removal of the existing portion of fence shown on the Plans to be removed. Where fence or fence posts are designated for removal, concrete footings shall also be removed and suitable backfill material shall be placed and compacted to 90%. Remaining portions of existing fence to be left in place, adjacent to removal sections, shall be modified as needed to be fully supported.

LONG BEACH AIRPORT CITY OF LONG BEACH

G-300 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

METHOD OF MEASUREMENT 300-3.1 The quantity of asphalt pavement removal, to a depth shown on the Plans, to be paid for will be the number of square yards, measured separately in place, of existing pavement removed. The thicknesses of the existing pavement shown on the Plans are according to information obtained through geotechnical investigation and record drawing research. No guarantee of the thickness shown is expressed or implied, and variations from the thickness shall not be construed to change the amount to be measured for this Item. This item includes removal and disposal of material off Airport property at a properly licensed facility. 300-3.2 Sawcutting for pavement removal, including relief sawcuts, will not be measured for payment, but shall be considered incidental to the pavement removal bid items. 300-3.3 Removal of and unclassified excavation required for the purpose of installing new conduits, ducts and foundations will not be measured for payment, but shall be considered incidental to the removal of pavement. Sawcutting required for the purpose of pavement will not be measured for payment, but shall be considered incidental to the removal of pavement. 300.3.4 Pavement Markings removed with the removal of the existing pavement surface shall not be measured separately and shall be considered incidental to the pavement removal bid items. Removal of temporary markings shall not be measured separately and shall be considered incidental to other items of work. 300-3.5 The removal of chain-link fence will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Removal of gates shall be considered incidental to other items of work and no separate measurement shall be made therefore. 300-3.6 No separate measurement will be made for the removal of excess stockpiled material from the Airport. BASIS OF PAYMENT 300-4.1 No separate payment will be made for the removal of excess stockpiled material from the Airport. 300-4.2 Payment for Chain-link Fence Removal, including removal, disposal, and backfill of voids, will be made at the unit price bid per linear foot. The price bid shall be full compensation for furnishing all materials, and for all labor equipment, tools, and incidentals necessary to complete the item.

LONG BEACH AIRPORT CITY OF LONG BEACH

G-300 - 4 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

300-4.3 No separate payment will be made for the removal and disposal of all trash and debris off Airport property at a properly licensed facility. 300-4.4 No additional payment will be made for difficulties encountered when making removals in areas of night construction, or in other areas subject to construction phasing restrictions. 300-4.5 No additional payment will be made for any electrical demolition and removal. Payment will be made under: Item G-300-4.1

Fence Removal ...................................... per linear foot END OF ITEM G-300

LONG BEACH AIRPORT CITY OF LONG BEACH

G-300 - 5 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION P-101 - SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT a. Portland Cement Concrete: Removal of Concrete pavement slabs from surrounding slabs to remain shall be accomplished in accordance with G-300 Demolition b. Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset one foot from the joint in the preceding layer. 101-3.2. PREPARATION OF JOINTS AND CRACKS. All joints and cracks in bituminous and concrete pavements to be overlaid with asphaltic concrete 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. 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.

LONG BEACH AIRPORT CITY OF LONG BEACH

P101 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

TABLE 1 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

Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer. 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. 101-3.3. REMOVAL OF PAINT AND RUBBER. All paint and rubber over one foot wide that will affect the bond of the new overlay shall be removed from the surface of the existing pavement. Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. This specification shall not be used for removal of rubber deposits to improve skid resistance or obliterate traffic markings where a new overlay is not to be constructed. 101-3.4. FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. The failed areas shall be removed as specified in paragraph 101-3.1b. All failed material including surface, base course, subbase course, and subgrade shall be removed. The base course and subbase shall be replaced if it has been infiltrated with clay, silt, or other material affecting the load-bearing capacity. Materials and methods

LONG BEACH AIRPORT CITY OF LONG BEACH

P101 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

of construction shall comply with the other applicable sections of this specification. 101-3.5. COLD PLANING. a. Patching: The machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain. The machine shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled. The area shall be laid out with straightedges in increments of 1-foot widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment.

METHOD OF MEASUREMENT 101-4.1 Cold Plane 0-3” Average Depth shall be measured and paid for per square yard of cold planed surface. When surface correction is required, if the initial cut doesn't correct the condition, the Contractor shall re-plane the area and will be paid only once for the area of planing. BASIS OF PAYMENT 101-5.1 For Cold Planing, payment shall be made at the contract unit price per square yard, regardless of thickness, for milling, hauling and disposal of all material as shown on the plans and as required in specifications. This price shall be full compensation for furnishing all labor, supervision, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-101-5.1

Cold Plane 0-3” Average Depth ················per lump sum END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

P101 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION P-152 - EXCAVATION

DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct areas for drainage, light grading around sliding gates construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and placement of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. CONSTRUCTION METHODS 152-2.1 General. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas off airport property. When the Contractor’s excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 in, in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor’s operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used LONG BEACH AIRPORT CITY OF LONG BEACH

P-152 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 in, or to the depth specified by the Engineer, below the subgrade. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard for unclassified excavation. The excavated area shall be refilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. b. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as “Unclassified Excavation.” c. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. d. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM 698. The material to be compacted shall be within +/- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils).

LONG BEACH AIRPORT CITY OF LONG BEACH

P-152 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 in in their greatest dimension will not be permitted in the top 6 in of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut-and-fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. 152-2.3 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material that will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.4 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.5 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 ft straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inches, or shall not be more than 0.05 feet from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping.

LONG BEACH AIRPORT CITY OF LONG BEACH

P-152 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 For payment specified by the cubic yard, measurement for all excavation shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by excavation cross sections shown on the plans, subject to verification by the Engineer. After completion of all excavation operations and prior to the placing of base or subbase material, the final excavation shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet. Final field cross sections shall be employed if the following changes have been made: a. Plan width of excavations are changed by more than plus or minus 1.0 ft; or b. Plan elevations of excavations are changed by more than plus or minus 0.5 ft. No separate measurement and payment shall be made for clearing, removing and disposal of grass or organic material. No separate measurement and payment shall be made for trenching, excavation and backfill for new conduit and utilities

BASIS OF PAYMENT 152-4.1 For “Unclassified Excavation” payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and necessary material shall be used as embankment on-site or removed and disposed of off airport to complete the item. No separate payment will be made for earthwork embankment (fill). Payment will be made under: Item P-152-4.1

Unclassified Excavation ........................ per cubic yard

TESTING REQUIREMENTS ASTM D 698

Test for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-pound Rammer and 12 in Drop

LONG BEACH AIRPORT CITY OF LONG BEACH

P-152 - 4 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

ASTM D 1556

Test for Density of Soil In Place by the Sand-Cone Method

ASTM D 1557

Test for Laboratory Compaction Characteristics of Soil Using Modified Effort

ASTM D 2167

Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method.

ASTM D 6938

In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods

END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

P-152 - 5 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION P-156 - TEMPORARY AIR AND WATER POLLUTION, SOIL EROSIONAND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, stabilized entrances and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 STABILIZED ENTRANCE. Contractor shall prepare stabilized entrances of high quality crushed aggregate base course and hot mix asphalt pavement or other methods approved by the Engineer. 156-2.6 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project.

LONG BEACH AIRPORT CITY OF LONG BEACH

P156 - 1 DIVISION I – TECHNICAL SPECIFICATION

CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate and maintain, for the duration of the project, all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages.

LONG BEACH AIRPORT CITY OF LONG BEACH

P156 - 2 DIVISION I – TECHNICAL SPECIFICATION

The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. BASIS OF PAYMENT 156-4.1 Temporary air and water pollution, soil erosion, and siltation control work as shown on the plans or as directed by the Engineer, and which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls, will be paid at the contract unit price, or the contract lump sum price, as indicated on the bid schedule. This price shall be full compensation for all work shown on the plans or required by this specification, in place and completed to the satisfaction of the Engineer. Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply Payment will be made under: Item P-156-4.1 Temporary Air and Water Pollution, Soil Erosion and Siltation Control ................ per lump sum LONG BEACH AIRPORT CITY OF LONG BEACH

P156 - 3 DIVISION I – TECHNICAL SPECIFICATION

END OF ITEM P-156

LONG BEACH AIRPORT CITY OF LONG BEACH

P156 - 4 DIVISION I – TECHNICAL SPECIFICATION

SECTION P-603 - BITUMINOUS TACK COAT

DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans.

MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be emulsified asphalt and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be proposed by the contractor for review and approved by the Engineer. Table 1 Bituminous Material Type Grade

and Specification

Application Temperature Deg. F

Deg. C

75-130

25-55

Emulsified Asphalt SS-1, SS-1h

ASTM D 977

CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 °F. The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gauges, volume-measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically.

LONG BEACH AIRPORT CITY OF LONG BEACH

P-603-1 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the owner. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or air blast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR’S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor’s certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall contain all the data required by the applicable specification. If the Contractor applies the material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. If the material does not pass the specifications it shall be replaced at the contractor’s expense. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor’s certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. LONG BEACH AIRPORT CITY OF LONG BEACH

P-603-2 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603-4.1 The bituminous tack coat will be considered incidental to the installation of asphalt pavement and no separate measured shall be made. BASIS OF PAYMENT 603.5-1 No separate payment will be made for bituminous tack coat. Bituminous tack coat will be considered incidental to the installation of asphalt pavement and no separate payment shall be made. MATERIAL REQUIREMENTS ASTM D 633

Volume Correction Table for Road Tar

ASTM D 977

Emulsified Asphalt

ASTM D 1250

Petroleum Measurement Tables

Asphalt Institute Asphalt Pocketbook of Useful Information (TemperatureManual MS-6 Table Volume Corrections for Emulsified Asphalts) IV-3

END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

P-603-3 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

SECTION P-610 - STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain and reinforced structural portland cement concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit-run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. Aggregates shall be tested for deleterious reactivity with alkalis in the cement that may cause excessive expansion of the concrete. Acceptance of aggregates shall be based upon satisfactory evidence furnished by the Contractor that the aggregates, combined with other mixture constituents, do not produce excessive expansion in the concrete. This evidence shall include service records of concrete of comparable properties under similar conditions or exposure and certified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with ASTM C 1260. Test specimens shall be produced using all components (e.g. coarse aggregate, fine aggregate, cement and fly ash) to be included in the produced concrete. If the mean expansion of the test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting the aggregates shall be accepted. If the mean expansion at 16 days is greater than 0.10% but less than 0.15%, the aggregate may be accepted based upon satisfactory service records and acceptance of the aggregate by a State Highway Department specifically addressing Alkali-Silica Reactivity. If the expansion is greater than 0.15%, the aggregate shall not be accepted for use. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 610-2.3 FINE AGGREGATE. requirements of ASTM C 33.

The fine aggregate for concrete shall meet the

The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: Table 1. Gradation For Coarse Aggregate Percentage by Weight Passing Sieves Sieve Designation (square openings)

2”

11/2”

No. 4 to 3/4 in. (4.75-19.0 mm)

1” 100

No. 4 to 1 in. (4.75-25.0 mm)

100

No. 4 to 1-1/2 in. (4.75-38.1 mm)

100

95100

3/4''

1/2''

90100

90100

3/8''

No.4

2055

0-10

2560 3570

0-10 1030

0-5

Table 2. Gradation For Fine Aggregate Sieve Designation

Percentage by Weight

(square openings) Passing Sieves

3/8 inch (9.5 mm)

100

No. 4 (4.75 mm)

95-100

No. 16 (1.18 mm)

45-80

No. 30 (0.60 mm)

25-55

No. 50 (0.30 mm)

10-30

No. 100 (0.15 mm)

2-10

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type II or V. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C 494, Type A, water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be added at the mixer separately from air-entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 or ASTM D 1752. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of bar mats conforming to the requirements of ASTM A 184 or A 704, or tie-bars conforming to ASTM A 615 or ASTM A 996, Grade 60. 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

one of the following specifications: Waterproof paper for curing concrete

ASTM C 171

Polyethylene Sheeting for Curing Concrete

ASTM C 171

Liquid Membrane-Forming Compounds for Curing Concrete

ASTM C 309, Type 2

CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. Mix designs shall be submitted to the Engineer for each proporsed mix at least 30 days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the Engineer. 610-3.2

CONCRETE COMPOSITION. The concrete shall be:

a.

Structural Concrete shall develop a compressive strength of at least 3,000 psi, unless otherwise indicated on the drawings or these specifications, in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 400 pounds of cement per cubic yard with nominal size aggregate of 1 inch and a water cement ratio of not more than 0.50. The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and the slump shall be 3 – 5 inches without reducing admixtures or superplasticizer as determined by ASTM C 143.

b.

Electrical Duct Bank concrete shall develop a compressive strength of at least 2,500 psi, unless otherwise indicated on the drawings, in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231, shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143 and shall be colored RED by mixing each cubic yard of concrete with 10 pounds of red oxide No. 1117 as manufactured by Frank D. Davis Company, equivalent product by I. Reiss Company, Inc, or equal.

c.

Concrete used for the cantiliever sliding gate foundations shall develop

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 4 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

a compressive strength of at least 4,000 psi, in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 750 pounds of cement and pozzolan per cubic yard, and shall not have a slump of more than 3 inches as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. Testing frequency shall be as required per local jurisdiction or at a minimum 1 test for every 50 cubic yards up to 150 cubic yards (3 for 1st 150 cubic yards) and then one test for every 150 cubic yard thereafter. At least one test shall be made per day and at least once for every class of concrete. If there are problems, as many tests as requested shall be done to resolve the issue. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted.

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 5 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non-staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 6 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 7 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40°F (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50°F and 100°F (10°C and 38°C). Calcium chloride may be incorporated in the mixing water only when approved by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. BASIS OF PAYMENT 610-4.1 No separate payment shall be made for structural Portland cement concrete or reinforcing steel used for other structures requiring concrete. For those items, the concrete price shall be included in the bid item for which it is used. TESTING REQUIREMENTS ASTM C 31

Making and Curing Test Specimens in the Field

ASTM C 39

Compressive Strength of Cylindrical Concrete Specimens

ASTM C 136

Sieve Analysis of Fine and Coarse Aggregates

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 8 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

ASTM C 138

Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete

ASTM C 143

Slump of Hydraulic Cement Concrete

ASTM C 231

Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C 666

Resistance of Concrete to Rapid Freezing and Thawing

ASTM C 1077

Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation

ASTM C 1260

Potential Alkali Reactivity of Aggregates (MortarBar Method)

MATERIAL REQUIREMENTS ASTM A 184

Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement

ASTM A 185

Steel Welded Wire Fabric, Plain, for Concrete Reinforcement

ASTM A 497

Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement

ASTM A 615

Deformed and Plain Billet-Steel Bars for Concrete Reinforcement

ASTM A 704

Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement

ASTM C 33

Concrete Aggregates

ASTM C 94

Ready-Mixed Concrete

ASTM C 150

Portland Cement

ASTM C 171

Sheet Materials for Curing Concrete

ASTM C 172

Sampling Freshly Mixed Concrete

ASTM C 260

Air-Entraining Admixtures for Concrete

ASTM C 309

Liquid Membrane-Forming Compounds for Curing Concrete

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 9 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

ASTM C 494

Chemical Admixtures for Concrete

ASTM C 595

Blended Hydraulic Cements

ASTM C 618

Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete

ASTM D 1751

Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 1752

Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction

AASHTO T 26

Quality of Water to be Used in Concrete END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

P610 - 10 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION P-620 - PAVEMENT MARKING DESCRIPTION 620-1.1 This item shall consist of the painting of stripes on the surface of the perimeter road in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer’s certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne meeting the requirements of Federal Specification TT-1952E. Paint shall be furnished in Type II, fast dry time, in accordance with Federal Standard No. 595 when tested in accordance with ASTM D 711. The following colors shall be used for striping and marking: White – 37925 Yellow – 33538 or 33655 Black – 37038 620-2.3

REFLECTIVE MEDIA. Glass beads are not required in this work.

CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F and rising and the pavement surface temperature is at least 5 °F above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the work. The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform LONG BEACH AIRPORT CITY OF LONG BEACH

P-620-1 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

film thickness at the required coverage and shall apply markings of uniform crosssections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out 48 hours in advance of the paint application. The marking layout shall be approved by the Engineer prior to paint application. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and marking dimensions and spacing shall be within the following tolerances: Dimension and Spacing

Tolerance

36 inches or less

±1/2 in (12 mm)

greater than 36 inches to 6 feet

± 1 in (25 mm)

greater than 6 feet to 60 feet

± 2 in (51 mm)

greater than 60 feet

± 3 in (76 mm)

The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 5 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. The second application (final coat) of paint shall not be applied until 30 days after the placement of the first coat. Table 1 Application Rates for Paint Paint Type Waterborne

Paint 2 Square feet per gallon, ft /gal.

115 ft2/gal. minimum

All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer.

LONG BEACH AIRPORT CITY OF LONG BEACH

P-620-2 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

620-3.6

APPLICATION--PREFORMED AIRPORT PAVEMENT MARKINGS.

(Not used) 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of pavement markings to be paid for shall be the number of square feet of the final coat of painting performed in accordance with the specifications and accepted by the Engineer. The first coat of painting shall be considered incidental to the final coat of painting. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot for the final coat of Pavement Marking. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1

Pavement Markings ............................. per square foot

TESTING REQUIREMENTS ASTM C 371

Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders

ASTM D 92

Test Method for Flash and Fire Points by Cleveland Open Cup

ASTM D 711

No-Pick-Up Time of Traffic Paint

ASTM D 968

Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive

ASTM D 1652

Test Method for Epoxy Content of Epoxy Resins

LONG BEACH AIRPORT CITY OF LONG BEACH

P-620-3 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

ASTM D 2074

Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method

ASTM D 2240

Test Method for Rubber Products-Durometer Hardness

Standard No. 141D/GEN

Sampling and Testing

MATERIAL REQUIREMENTS ASTM D 476

Specifications for Dry Pigmentary Titanium Dioxide Pigments Products

Code of Federal Regulations

40 CFR Part 60, Appendix A – Definition of Traverse Point Number and Location

Code of Federal Regulations

29 CFR Part 1910.1200 – Hazard Communications

FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description (CID) A-A2886B

Paint, Traffic, Solvent Based

FED STD 595

Colors used in Government Procurement

END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

P-620-4 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

SECTION P-420 - ASPHALT CONCRETE PAVEMENT (NON-CRITICAL AREAS) DESCRIPTION 420-1.1 GENERAL The Work includes a surface course for non-critical airfield pavements composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these Specifications and conforming to the lines, grades, thicknesses, and typical cross sections shown on the Plans. Each course shall be constructed to the depth, typical section, and elevation required by the Plans and shall be rolled, finished, and accepted before the placement of the next course. Non-critical pavements include runway and taxiway shoulders, access roads, or other areas as identified on the Plans. Asphalt concrete pavement shall meet the applicable general provision, construction materials, and construction methods requirements for “Asphalt Concrete” as defined in Sections 203 and 305 of the Standard Specifications for Public Works Construction (SSPWC). Asphalt concrete areas shall be Class C2-PG64-10. Asphalt concrete pavement shall consist of a mixture of paving asphalt and graded aggregate as specified in Section 203-6, “Asphalt Concrete”, of the SSPWC. Asphalt concrete pavement shall not be used for paving of the aircraft load-bearing (structural) pavements for aircraft above 12,500 pounds, such as runways, taxiways, and aircraft parking aprons. MATERIALS 420-2.1 ASPHALTS Asphalt binder to be used in Asphalt Concrete Pavement shall be performance grade PG64-10 or PG64-16 per the following table of physical property values: Property Original Binder Flash Point, oC, minimum Solubility, %, minimum Viscosity, 135 oC, Pa*s, maximum (See Note A) Dynamic Shear Test Temperature, oC Dynamic Shear, 10 rad/s, G*/(sin(delta)), kPa, minimum RTFO Aged Binder Mass Loss, %, maximum Dynamic Shear Test Temperature, oC LONG BEACH AIRPORT CITY OF LONG BEACH

ASTM Test

Grade PG64-10

PG64-16

D92 D2042 D4402

230 99.0 3.0

230 99.0 3.0

D7175 D7175

64 1.00

64 1.00

D2872 D7175

1.00 64

1.00 64

P-420-1 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

Property

ASTM Test Dynamic Shear, 10 rad/s, G*/(sin(delta)), D7175 kPa, minimum Ductility, 25 oC, 5 cm/min, cm, minimum D113 RTFO and PAV Aged Binder PAV Aging Temperature, oC D6723 Dynamic Shear Test Temperature, oC D7175 (See Note B) Dynamic Shear, 10 rad/s, G*/(sin(delta)), D7175 kPa, minimum Bending Beam Test Temperature, oC D6648 Creep Stiffness, MPa, maximum D6648 m-value, minimum D6648

Grade PG64-10 2.20

PG64-16 2.20

75

75

100 31

100 28

5000

5000

0 300 0.300

-6 300 0.300

Note A: This requirement may be waived if the supplier warrants that the asphalt binder can be adequately pumped and mixed at temperatures that meet all applicable safety regulations. Note B: If the PAV aged binder exceeds 5000 kPa dynamic shear at the designated test temperature, it will be deemed acceptable if it is less than 5000 kPa when tested at a 3oC higher test temperature. The amount of asphalt binder to be mixed with the aggregate for asphalt concrete shall be in accordance with subsection 203-6 of the SSPWC requirements for Class C2-PG64-10 asphalt concrete. The Contractor shall furnish vendor’s certified test reports for each lot of asphalt binder material shipped to the Work site. The vendor’s certified test report for the binder material can be used for acceptance or the material may be tested independently by the Engineer. 420-2.2 AGGREGATE Course aggregate shall be crushed rock. Fine aggregate shall be sand, rock dust, mineral filler, or blend of these materials. Aggregate types and gradations shall conform to the requirements for Class C2 Asphalt Concrete (1/2 inch maximum aggregate size, with dense medium gradation) as defined in subsection 203-1 of the SSPWC. COMPOSITION 420-3.1 JOB MIX FORMULA No asphalt concrete mixture for payment shall be produced until a job mix formula has been submitted to and approved by the Engineer. The bituminous mixture shall meet the requirements for Class C2-PG6410 as defined in the SSPWC. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula LONG BEACH AIRPORT CITY OF LONG BEACH

P-420-2 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

must be approved by the Engineer before the new material is used. If multiple plants are to be used, a separate job mix formula is required for each plant. CONSTRUCTION METHODS 420-4.1 GENERAL Preparation, storage, transportation, lay down, and compaction of the asphalt concrete pavement for non-critical areas shall comply with all relevant provisions of Section 302 of the SSPWC, except that the density shall be 98%. 420-4.2 TESTING LABORATORY The Contractor’s laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666 including the requirement to be accredited by a national authority such as the National Voluntary Laboratory Accreditation Program (NVLAP), the American Association for Laboratory Accreditation (AALA), or AASHTO Accreditation Program (AAP). Laboratory personnel shall meet the requirements of Section 100 of the General Provisions. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. b. A listing of equipment to be used in developing the job mix. c. A copy of the laboratory's quality control system. d. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program. e. ASTM D 3666 certification of accreditation by a nationally recognized accreditation program. 420-4.3 TESTING Acceptance testing for the component materials, the asphalt concrete mix, and the in-place asphalt concrete shall be of the type and frequency specified in Subsection 302-5 of the SSPWC. No separate payment will be made for compliance with these testing requirements. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula. The aggregates produced by the plant may not satisfy the gradation requirements or produce a mix that exactly meets the job mix formula. In those instances, the Contractor shall reevaluate and redesign the mix using plant-produced aggregates. Specimens must be prepared and the optimum bitumen content determined in the same manner as for the original design tests.

LONG BEACH AIRPORT CITY OF LONG BEACH

P-420-3 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

CONTRACTOR QUALITY CONTROL 420-5.1 The Contractor shall be responsible for developing and implementing a Contractor Quality Control Program including inspection and testing to assure compliance with the requirements of this Item in accordance with Section 100. METHOD OF MEASUREMENT 420-6.1 Asphalt concrete pavement will be measured on the basis of the number of tons completed and accepted by the Engineer. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 420-7.1 Payment for asphalt concrete pavement shall be made at the unit price bid per ton. The price bid shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete asphalt concrete pavement for non-critical areas. Payment will be made under: Item P-420-7.1

Asphalt Concrete Pavement ............................. per ton END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

P-420-4 CONFIDENTIAL

DIVISION I – TECHNICAL REQUIREMENTS

SECTION F-162 - CHAIN-LINK FENCES

DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these Specifications and the details shown on the Plans and in conformity with the lines and grades shown on the Plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2 inch mesh and shall me the requirements of ASTM A 392, Class 2. 162-2.2 BARBED WIRE. Barbed wire shall be 3-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A 121, Class C, Chain Link Fence Grade. 162-2.3 POSTS, RAILS AND BRACES. Unless otherwise shown on the Plans, posts, rails, and braces shall conform to Class 1 conforming to Section 206-6.2. 162-2.4 GATES. Gates, if required, shall be of the sizes and types shown on the Plans. Materials used for gate construction shall meet or exceed Class 1 materials for fencing as specified above. 162-2.5 WIRE TIES AND TENSION WIRES. Unless otherwise shown on the Plans, tension wires and fabric ties shall conform to Section 206-6.4. 162-6 FITTINGS. Unless otherwise shown on the Plans, fittings shall conform to Section 206-6.6. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 3000 psi. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating.

LONG BEACH AIRPORT CITY OF LONG BEACH

F-162 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet (61 cm) on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. LONG BEACH AIRPORT CITY OF LONG BEACH

F-162 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

METHOD OF MEASUREMENT 162-4.1 Chain-link fence will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. BASIS OF PAYMENT 162-5.1 foot.

Payment for chain-link fence will be made at the unit price bid per linear

The price shall be full compensation for furnishing all materials, pavement removals, excavation for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1

Chain Link Fence ........................................ per linear foot

MATERIAL REQUIREMENTS ASTM A 121 Zinc-Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A 153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A 392 Zinc-Coated Steel Chain-Link Fence Fabric ASTM A 491 Aluminum-Coated Steel Chain-Link Fence Fabric ASTM A 572 High-Strength Low-Alloy Columbium-Vanadium Structural Steel Quality

Steels of

ASTM A 653 Specification for Steel Sheet, Zinc-Coated (Galvanized) or ZincIron Alloy-Coated (Galvannealed) by the Hot-Dip Process ASTM A 824 Metallic-Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM A 1011 Steel Sheet and Strip, Hot-Rolled, Carbon, Structural, HighStrength Low-Alloy and High-Strength Low-Alloy with Improved Formability ASTM B 117 Standard Practice for Operating Salt Spray (Fog) Apparatus

LONG BEACH AIRPORT CITY OF LONG BEACH

F-162 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

ASTM B 221 Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM B 429 Aluminum-Alloy Extruded Structural Pipe and Tube ASTM F 668 Poly(vinyl Chloride)(PVC) and other Organic Polymer-Coated Steel Chain-Link Fence Fabric ASTM F 1043 Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework ASTM F 1083 Pipe, Steel, Hot-Dipped Zinc-coated (galvanized) Welded, for Fence Structures ASTM F 1183

Aluminum Alloy Chain Link Fence Fabric

ASTM F 1345 Zinc-5% Aluminum-Mischmetal Alloy-Coated Steel Chain Link Fence Fabric ASTM G 152 Operating Open Flame (Carbon-Arc) Light Apparatus for Exposure of Nonmetallic Materials ASTM G 153 Operating Enclosed Carbon-Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G 154 Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials ASTM G 155 Operating (Xenon- Arc) Light Apparatus for Exposure of Nonmetallic Materials FED SPEC Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces) RR-F-191/3 FED SPEC Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) RR-F-191/4 END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

F-162 - 4 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

SECTION F-163 - BOLLARDS DESCRIPTION 163-1.1 GENERAL. The work includes furnishing and installing new concrete filled steel pipes, PCC foundation, pavement coring, pavement removals, excavation as referred to bollards and/or protection posts, at the locations as shown on the Plans and as directed by the Engineer. The posts are to be set in concrete unless sleeves are required as shown on the Plans. 163-1.2 This item shall also consist of removing existing bollards and protection posts as shown on the Plans or established by the Engineer. MATERIALS 163-2.1 CONCRETE. Concrete shall meet the requirements of Item P-610, Structural Portland Cement Concrete, with the exception of strength which shall be 3000 psi @ 28 days. 163-2.2 BOLLARDS. Pipe shall meet the requirements of ASTM A 53, Type E or S, Grade B. All bollards shall be filled to the top with concrete. A semi-circular concrete cap shall be formed at the top of the bollard to allow water run-off. 163-2.3 PAINT. 1st Coat: Howell's 9201 Rust-Inhibiting Metal Primer 2nd Coat: Howell's 4600 Alkyd Semi-gloss Enamel (Safety Yellow) 3rd Coat: Howell's 4600 Alkyd Semi-gloss Enamel (Safety Yellow). Substitutions must be approved by the Engineer 7 days prior to painting. 163-2.4 REFLECTIVE MATERIAL. The reflective material shall be pressure sensitive adhesive Scotch lite brand High Intensity sheets as manufactured by 3M or an approved equal. The specific type of reflective sheet material selected shall be appropriate for use on the painted surface of the bollard pipe. The reflective material color shall be as called for on the plans. The Contractor shall furnish the Engineer with a sample of the material to be used along with all manufacturer application and performance data. CONSTRUCTION METHODS 163-3.1 BOLLARD INSTALLATION. All bollards shall be set in concrete to width and depth specified on the drawings. The Contractor shall fill the bollards with concrete as directed. The Contractor shall position the bollard such that the bottom edge of the pipe is at least 3 inches (76 mm) above the bottom of the excavated hole. The Contractor shall set the bollard true and level and shall not disturb the bollard in any manner within 7 days after the individual footing has been completed. 163-3.2 BOLLARD PAINTING. Immediately prior to painting, all exposed metal surfaces shall be clean, dry and free of rust, dust, moisture, grease, and dirt. LONG BEACH AIRPORT CITY OF LONG BEACH

F163 - 1 DIVISION I – TECHNICAL SPECIFICATION

Painting shall not be performed when the weather is foggy, stormy, or windy; and when the atmospheric temperature is below 54 degrees F (12 degrees C). 163-3.3 REFLECTIVE MARKINGS. The reflective material shall be either purchased in or cut into 2-inch wide strips. The strips shall be cut into lengths sufficient to wrap completely around the bollard. The reflective strips shall be applied to the painted bollard pipe as shown on the drawings and as specified by the manufacturer and as directed by the Engineer. METHOD OF MEASUREMENT 163-4.1 Bollards will be measured per each type of bollard completed as measured in place by the Engineer. BASIS OF PAYMENT 163-5.1 Bollards will be paid for at the contract unit price per each type. This price shall include full compensation for furnishing all labor, materials, equipment, tools, and incidentals and for doing all the work of this item complete in place, as shown on the drawings and as specified in these Specifications. Item F-163-5.1

Bollard 8-lnch Diameter.................................. per each

Item F-163-5.2

Bolt-down Bollard 4-lnch Diameter ................. per each END OF SECTION

LONG BEACH AIRPORT CITY OF LONG BEACH

F163 - 2 DIVISION I – TECHNICAL SPECIFICATION

SECTION F-165 - AIRFIELD SECURITY ALPHA GATE DESCRIPTION 165-1

GENERAL

165-1.1 Summary This item shall consist of the installation of an airfield security gate system, including cantilever sliding gates, excavation, PCC foundations, complete with motors, loop detection, security access control, card reader pedestal and foundation, wireless communications, 1/2” conduit & backfill, wire, camera monitoring, pavement marking and lighting. The airfield security gate system shall be a fully functional and operational. The Gate shall consist of the Alpha Gate manufactured by Wallace International, or approved equal. The gate manufacturer shall be a company specializing in the manufacture of electric gate operators of the type specified, with a minimum of ten years experience. The gate installer shall have a minimum of three years experience installing similar equipment and approved by manufacturer. Gate operators, tested and listed by a Nationally recognized testing laboratory as complying with UL 325, 5th edition, shall be provided. The gate structure shall comply with ASTM F-2200. Work to be done is shown on sheets SE 106, C420, C421, C422 and C423 165-1.2 Related Sections F-162: Fencing P-610: Structural Portland Cement Concrete 165-1.3 Submittals A.

Shop Drawings: 1. The Contractor shall submit final assembly drawings to the Engineer for approval prior to ordering materials. Drawings shall include detailed diagrams of all gate components. 2. The drawings shall indicate electric power requirements, installation details, wiring diagrams.

B. Installation instructions: LONG BEACH AIRPORT CITY OF LONG BEACH

F165 - 1 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

The Contractor shall submit two copies of manufacturer's written installation instructions.

C.

Test reports: The drive unit shall bear a label indicating that the gate controller/operator mechanism has been tested certified to UL 325 and CSA C22.2 No. 247 standards for all electrical components.

165-1.4 Closeout Submittals A. The manufacturer shall provide three (3) copies of the operation and maintenance data for the gate. B. Contractor shall provide a 1 hour field training seminar for airport maintenance 165-1.5 Acceptable Manufacturers A. Wallace International, Model: Alpha Cantilever Access Gate. Contact: Wallace International: 90 Lowson Crescent, Winnipeg, Manitoba Canada, R3P 2H8 T. 866.300.1110 F. 204.284.1868 www.wallaceintl.com B. Approved Equal. MATERIALS 165-2 165-2.1

PRODUCTS Gate Materials

A. Galvanizing to DIN 50976 – Hot-Dip Batch Galvanizing. B. Electrical components: Complete gate system to be UL325 listed and/or CSA C22.2 No.247 and complying with local requirements. C. Power Supply: 208/240 V – 20 Amp single phase 60 hertz power supply. 165-2.2 Components Cantilevered Gate A. Gate: 1. Modular design, welded portals (posts). 2. Single gate: 8 feet high x 24 feet wide clear opening. LONG BEACH AIRPORT CITY OF LONG BEACH

F165 - 2 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

3. 4. 5. 6.

On site tensioned extruded aluminum beams. Galvanized 0.3 inches [8mm] diameter tension cables. Chain link infill per Item F-162. Serrated top anti-climb finished with 3 strand barbed wire.

B. Guides: 1. Structural portals with guide wheels and running wheels. 2. Synthetic polyamide nylon rollers screened by roller guards. 3. Post and mounting devices for connection to standard fencing. C. Fasteners: Concealed, stainless steel. Kinetic Electronic Gate Drive 1. Electric microprocessor controller unit, remote pushbuttons, relays and other electrical components: to CSA /UL approval. 2. Control Unit: Provide gate control by access control card reader. 3. Limit Switches: Non-contact inductive proximity switch to detect end positions of gate when in open and/or closed positions. 4. Variable Speed rack and pinion drive mechanism with nylon polyamide drive gear/rack hardware. 5. UL 325 listed all classes. 165-2.3 Vehicle Control Vehicle Control: A. Vehicle detection loops: Micro-processor based, digital type, with sensitivity to detect a wide variety of vehicle sizes. 1. Self-tuning, detection by vehicle presence. 2. Conduit for lead-in wire: 0.5 inches PVC. B. Signage: Each gate shall have the following sign posted on both sides: R1 (STOP). 165-2.4 Access Control

LONG BEACH AIRPORT CITY OF LONG BEACH

F165 - 3 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

Card Readers: A. Provide The Housing Company PD-114B Dual Height Pedestals or approved equal. B. The System shall be provided with complete integration into the existing Access Control System (ACS) for access operations and all facility management capabilities to seamlessly address, count and monitoring statistics, alarm monitoring and remote control capabilities. The Contractor shall work with the existing ACS for operations, and system design and requirements. C. The Contractor shall be responsible for all aspects of the communication infrastructure and cabling. This cabling shall be installed and provide wireless network communication between access control equipment and the 5th floor SOC. The main junction communication pull box shall allow the Contractor to install the necessary field communication infrastructure for this project and test the communications to the SOC. The Contractor shall provide all conduit from the main junction communication pull box to each card reader locations and gate controller for use by the Airport. Communications from the main junction box, via the wireless antenna, to the existing SOC will be the responsibility of the Contractor. CONSTRUCTION METHODS 165-3.1 Installation Installation: A. Install cantilever sliding security gate to manufacturer's instructions, by contractor certified by the manufacturer.

written

B. Install structural portals in concrete foundations; completely level both horizontally and vertically. C. Test and adjust complete system for proper function. D. Cut grooves in road surface and install vehicle detection loops and lead-in wires to approved shop drawings. Do not fill grooves until installation is tested for proper detection performance and approved by the Engineer. E. Supply and install other electrical wiring, conduit junction boxes, pull boxes, transformers, circuit breakers, and auxiliary components required for complete installation. Conform to local requirements. F. Maximum clearance from the grade to bottom of the gate shall be 2”. G. Install eight bollards at locations determined by the Engineer. The bollards shall be steel, yellow in color and have reflective tape. Bollards LONG BEACH AIRPORT CITY OF LONG BEACH

F165 - 4 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

shall be installed as directed by the manufacturer and approved by the Engineer. H.

Coordinate the installation of the access control card readers and monitoring cameras with the Airport’s Security Access Control provider.

METHOD OF MEASUREMENT 165-4.1 Measurement All materials and work associated with the installation of Airfield Security Gate System will not be measured. BASIS OF PAYMENT 165-5.1

Payment

Payment for “Security Speed Gate System” will be made at the lump sum price bid. The lump sum price bid shall constitute full compensation for all equipment, material, labor, tools, and incidentals necessary to complete this Item as shown on the plan sheets SE 106, C420, C421, C422 and C423 and described in this section. Payment will be made for a fully functional operating gate system Payment will be made under: Item F-165-5.1

Airfield Security Alpha Gate ................. per Lump Sum END OF ITEM F-165

LONG BEACH AIRPORT CITY OF LONG BEACH

F165 - 5 CONFIDENTIAL

DIVISION I – TECHNICAL SPECIFICATION

DIVISION J CSI TECHNICAL SPECIFICATIONS