County of Santa Barbara. Airport Security Enhancements. 900 Airport Road, Santa Ynez, California

Size: px
Start display at page:

Download "County of Santa Barbara. Airport Security Enhancements. 900 Airport Road, Santa Ynez, California"

Transcription

1 County of Santa Barbara Airport Security Enhancements 900 Airport Road, Santa Ynez, California Project No MANDATORY JOB WALK: July 23 rd, :00 A.M. BID OPENING DATE: August 13 th, 2015 at 2:00 P.M. BID OPENING LOCATION: Santa Ynez Airport 900 Airport Road Santa Ynez, CA 93460

2

3 Table of Contents NOTICE TO BIDDERS... 4 INFORMATION FOR BIDDERS PROPOSAL PROJECT BID SCHEDULE SIGNATURE PAGE DESIGNATION OF SUBCONTRACTORS CERTIFICATE OF COMPLIANCE BIDDER'S STATEMENTS ANTI-FRAUD CERTIFICATION BIDDER'S BOND BIDDER S DECLARATION - NON COLLUSION PUBLIC CONTRACT CODE SECTION QUESTIONNAIRE PUBLIC CONTRACT CODE STATEMENT NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS DISCLOSURE OF LOBBYING ACTIVITIES FORM INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES LOCAL AGENCY BIDDER DBE INFORMATION DBE INFORMATION-GOOD FAITH EFFORTS REQUIRED CONTRACT PROVISIONS FOR AIRPORT IMPROVEMENT PROGRAM AND FOR OBLIGATED SPONSORS CONTRACT FORMS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE TRANSMITTAL FORM COUNTY OF SANTA BARBARA UNLAWFUL DISCRIMINATION ORDINANCE AGREEMENT FAA GENERAL PROVISIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS SECTION 10 GENERAL REQUIREMENTS SECTION 11 SAFETY AND SECURITY SECTION 12 MOBILIZATION SECTION 13 CLEARING, GRUBBING, AND REMOVALS

4 SECTION 14 EARTHWORK SECTION 15 PORTLAND CEMENT CONCRETE IMPROVEMENTS SECTION 16 UTILITY WORK AREA IMPROVEMENTS SECTION 17 AGGREGATE BASE SECTION 18 ASPHALT CONCRETE, CALTRANS TYPE A SECTION 19 DRAINAGE IMPROVEMENTS SECTION 20 FENCE AND GATE IMPROVEMENTS SECTION 21 ELECTRICAL SECTION 22 HYDRO-MULCH SECTION 23 SWPPP SECTION 24 PAVEMENT MARKING SECTION 25 LOWER WATER LINE FAA TECHNICAL SPECIFICATIONS Item P-101 Surface Preparation Item P-151 Clearing and Grubbing Item P-152 Excavation, Subgrade, and Embankment Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Item F-162 Chain-Link Fence Item P-610 Structural Portland Cement Concrete Item P-620 Runway and Taxiway Painting Item D-701 Pipe for Storm Drains and Culverts Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes APPENDIX A GEOTECHNICAL REPORT APPENDIX B CONSTRUCTION SAFETY PHASING PLAN APPENDIX C DBE REPORTING FORMS APPENDIX D OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION APPENDIX E FAA CONTRACT PROVISIONS

5 NOTICE TO BIDDERS Notice is hereby given that the General Services Department, County of Santa Barbara will receive bids for: COUNTY OF SANTA BARBARA, Airport Security Enhancements 900 Airport Road, Santa Ynez, California Project No MANDATORY JOB WALK: 10:00 A.M., July 23 rd, 2015 BID OPENING DATE: 2:00 P.M., August 13 th, 2015 CONSTRUCTION COST ESTIMATE: $711, Dollars PROJECT LOCATION: Santa Ynez Airport, 900 Airport Road, Santa Ynez, Santa Barbara County, California MANDATORY JOB WALK: There will be a MANDATORY job walk on July 23 rd, 2015 at 10:00 A.M. Only those prime contractors attending the job walk shall be qualified to bid the work. Meet at the Airport Administration office, 900 Airport Road, Santa Ynez, California. EXAMINATION OF SITE: Each bidder shall examine the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowances from the contract sum will be made because of lack of such examination. PROJECT DESCRIPTION: Removal and Reconstruction of existing improvements, grading and drainage improvements, installation of perimeter fence, access gate and access control, and hydroseed erosion control improvements. The work will occur at two specific locations at the Santa Ynez Airport. CONTRACTOR'S LICENSE: The CONTRACTOR shall possess a Class A at the time this Contract is awarded. QUESTIONS: All contractual questions should be addressed to the Project Manager, Todd Morrison, General Services, (805) or tmorris@co.santa-barbara.ca.us. Technical questions should be addressed to John A. Smith at Tartaglia Engineering, (805) or John@tartaglia-engineering.com. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 4

6 BID DOCUMENTS: Please request plans, specifications, and proposal forms for bidding this project from Leonetta Wagstaff, Project Assistant, at (805) or BID SUBMITTAL INSTRUCTIONS: Each bid shall be in accordance with the plans and specifications, approved by the General Services Department. The bid shall be sealed and received at the Santa Ynez Airport Administration at Santa Ynez Airport, 900 Airport Road, Santa Ynez, CA 93460, on or before 2:00 P.M., August 13 th, 2015, at which time each bid will be opened. SUBSTITUTION OF SECURITIES: Pursuant to Section of the Public Contract Code and the project specifications, the CONTRACTOR may substitute securities or request that the County make payment of retentions to an escrow agent for any money held by the COUNTY to ensure contract performance. PREVAILING WAGES: The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to the provisions of Section 1770 et seq. of the California Labor Code, the CONTRACTOR shall pay not less than the prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations. A copy of the prevailing rate of per diem wages is on file at the General Services Department. The contractor shall pay attention to the Federal minimum wage rate requirements. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question. Addenda to modify Federal Minimum wage rates will be issued only to holders of the referenced books. The Department of Transportation hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 5

7 The Contractor is requested to employ his craftsmen and other workers from the local labor market whenever possible to do so. "Local Labor Market" is defined as the labor market within the geographical confines of the County of Santa Barbara, State of California. Pursuant to the provisions in Part 7, Chapter 1, Article 2, Sections 1770, 1773 and of the Labor Code, the general prevailing wage rates in the county, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the office of Santa Barbara County Department of Public Works, Engineering Division, and available from the California Department of Industrial Relations Internet Web Site at: Future effective general prevailing wage rates which have been predetermined and are on file with the Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. In addition, the Contractor shall be responsible for compliance with the requirements of Section of the California Code relating to apprentice public works contracts. All wage determinations are based on the date of bid. QUALIFYING CONTRACTOR OR SUBCONTRACTOR: Pursuant to the provisions of Section 4104 of the California Public Contracting Code a contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal or engage in the performance of any contract for public work, as defined in Section 4104, unless currently registered with the Department of Industrial Relations and qualified to perform public work pursuant to Section California Labor Code. WITHDRAWAL OF BIDS: The COUNTY reserves the right to reject any and or all bids or waive any informality in a bid. No bidder may withdraw his bid for a period of ninety (90) days after the date set for the opening thereof. BID SELECTION: The COUNTY reserves the right to select any one or any combination of bids, whichever is in the best interest of the COUNTY. CONSTRUCTION TIME: The successful CONTRACTOR (after receiving the Notice to Proceed) shall have 110 working days to complete all work called for under the Contract Documents. LIQUIDATED DAMAGES: The liquidated damages will be $ Dollars per calendar day for project delays that are determined to be attributable to the CONTRACTOR. BIDDERS QUESTIONS Questions regarding the Plans and/or Special Provisions (Section 10, Construction Details and its various subsections) and Engineer s Estimate found in the books entitled Notice to Contractors and Special Provisions and Proposal and Contract (Example) for this project must be made in writing and received at the office where the Plans and Specifications were purchased. If an addendum is required it will be issued as soon thereafter as possible. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 6

8 All bidders questions must be received at the office of the Project Manager no less than 5:00 pm, four (4) days prior to the day of the bid opening. ADDENDUM Addendums, if necessary, will be issued by the office of the Project Manager. Addendums will be issued via fax, , or both to all Plan Holders of Record. A follow-up confirmation phone call will occur to verify contractor receipt of all addendum contents. Once issued, Addendums are considered an equal part of the construction contract, with all material, information, and provisions to be incorporated into the plans, specifications, and contract documents. Contractors interested in receiving Addendums must identify themselves to the Project Manager through phone call or . Please include your address, fax number, phone number, and contact person information. In the case where a bidder claims an inadvertent clerical error in listing subcontractors, a notice of the claim must be submitted to the General Services Department in writing within 2 working days after the time of the bid opening and copies of the notice must be sent to the subcontractors involved. BID BOND Each bid must be accompanied by a Certified Check, a Cashier's Check or a Bid Bond, as here and after provided in the amount of Ten Percent (10%) of the total of the bid, made payable to the County of Santa Barbara, as a guarantee that the bidder, if awarded the contract, will enter into a Contract for the performance thereof, satisfactory to said County s Board of Supervisors. Surety shall be listed in the Insurance Organizations Authorized By The Insurance Commissioner To Transact Business Of Insurance In The State Of California During 1994 (including changes effective January 1, 1995) published by the Department of Insurance, State of California, or successor publication. Personal and Corporate guarantees will not be acceptable. The Contractor shall use the Bidder's Bond Form found in the book entitled "County of Santa Barbara, Department of General Services, Notice to Contractors, Special Provisions, Proposal and Contract" for the project and it shall be properly filled out and executed. (Note: This form may be reproduced for transmittal to the Surety for execution and attached to the front of the original Bid Bond Form.) PERSONAL CHECKS WILL NOT BE ACCEPTED. Pursuant to Section of the Public Contract Code, and the project specifications, the Contractor may substitute securities for monies withheld to ensure contract performance. DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION This Contract is subject to State Contract Nondiscrimination and Compliance requirements pursuant COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 7

9 to Government Code Section The County of Santa Barbara hereby notifies all bidders that it will affirmatively insure that in any Contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation, and will not be discriminated against on the grounds of race, color, or national origin, in consideration for an award. This project is subject to Part 26, Title 49, Code of Federal Regulations entitled, "Participation by Minority Business Enterprise in the Department of Transportation Programs. The County of Santa Barbara has established a goal of 11.7% Disadvantaged Business Enterprise participation for this project. It is the bidder's responsibility to make sufficient portions of the work available to Subcontractors and suppliers, and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to assure meeting the goal for DBE participation. ASSURANCE OF MINORITY BUSINESS ENTERPRISE PARTICIPATION The Bidder's execution of the signature portion of this Proposal shall also constitute execution of this assurance. The Bidder hereby gives assurance pursuant to the requirements of Title 49, CFR Part 26, that Bidder has made a reasonable effort to meet the goal for Disadvantaged Business Enterprise participation specified for the Contract for which this Proposal is submitted. Bidder further gives assurance that Bidder will submit the documentation required by said regulations and the specifications for the Listing of Disadvantaged Business Enterprises with which the Bidder will subcontract if the contract is awarded to Bidder, and if Bidder is unable to obtain Disadvantaged Business Enterprise participation, of the steps Bidder has taken to obtain Disadvantaged Business Enterprise participation. Preference will be given to the lowest responsible Bidders that comply with the Disadvantaged Business Enterprise requirements, pursuant to Federal Regulation (49 CFR 26). In order to qualify, prospective Disadvantaged Business Enterprises must be certified by CalTrans on the date bids are opened. The Contractor shall be subject to the provisions of Article XIII, Chapter 2, of the Santa Barbara County Code, prohibiting unlawful discrimination in employment practices. PERFORMANCE GUARANTEES The successful bidder shall be required to guarantee the performance of this Contract, by a "Faithful Performance Bond" in the amount of One Hundred Percent (100%) of the Contract Bid, and a "Payment Bond General Services, in the amount of One Hundred Percent (100%) of the Contract Bid. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 8

10 FEDERAL FUNDED PROJECT This project is funded in part with funds from the Federal Government. The project is subject to numerous federal financial and contractual requirements. AFFIRMATIVE ACTION REQUIREMENT. (Reference: 41 CFR part 60-4, Executive Order 11246) (Reference Only Refer to Federal Register) BREACH OF CONTRACT TERMS. (Reference 2 CFR 200 Appendix II(A)) Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. BUY AMERICAN PREFERENCE. (Reference: 49 USC 50101) (Reference Only Refer to Federal Register) CIVIL RIGHTS - GENERAL. (Reference: 49 USC 47123) The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 9

11 (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. CIVIL RIGHTS TITLE VI ASSURANCES. Title VI Solicitation Notice (Source: Appendix 4 of FAA Order , Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) Title VI Solicitation Notice: The County of Santa Barbara, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appendix 4 of FAA Order , Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the contractor ) agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 10

12 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor s obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor s noncompliance with the Non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 11

13 CLEAN AIR AND WATER POLLUTION CONTROL. (Reference: 49 CFR 18.36(i)(12)) Note, when the DOT adopts 2 CFR 200, this reference will change to 2 CFR 200 Appendix II(G)) Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS. (Reference: 2 CFR 200 Appendix II (E)) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 1. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 12

14 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 2. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 3. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. COPELAND ANTI-KICKBACK ACT (Reference: 2 CFR 200 Appendix II(D), 29 CFR parts 3 & 5) The United States Department of Labor Wage and Hours Division oversees the Copeland Anti- Kickback Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of United States Department of Labor Wage and Hours Division can provide information regarding any specific clauses or assurances pertaining to the Copeland Anti-Kickback Act requirements required to be inserted in solicitations, contracts or subcontracts. DAVIS-BACON REQUIREMENTS. (Reference: 2 CFR 200 Appendix II(D)) (Reference Only Refer to Federal Register) DEBARMENT AND SUSPENSION (NON-PROCUREMENT). (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order DOT Suspension & Debarment Procedures & Ineligibility) (Reference Only Refer to Federal Register) DISADVANTAGED BUSINESS ENTERPRISE. (Reference: 49 CFR part 26) COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 13

15 Contract Assurance ( 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment ( 26.29)- The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than {specify number} days from the receipt of each payment the prime contractor receives from {Name of recipient}. The prime contractor agrees further to return retainage payments to each subcontractor within {specify the same number as above} days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the {Name of Recipient}. This clause applies to both DBE and non-dbe subcontractors. ENERGY CONSERVATION REQUIREMENTS. (Reference 2 CFR 200 Appendix II(H)) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law ). EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS. (Reference 41 CFR , Executive Order 11246) During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 14

16 (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 15

17 b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR ) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 16

18 and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 17

19 each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 18

20 shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 19

21 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 20

22 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC 201, et seq.) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES. (Reference: 49 CFR part 20, Appendix A) The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. NONSEGREGATED FACILITIES REQUIREMENT. (Reference: 41 CFR ) Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 21

23 2. Contractors receiving federally-assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C Notice to Prospective Subcontractors of Requirements for Certification of Non- Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 22

24 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. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. RIGHT TO INVENTIONS. (Reference 2 CFR 200 Appendix II(F)) All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. TERMINATION OF CONTRACT. (Reference 2 CFR 200 Appendix II(B)) a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made, but no amount will be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2 of this clause. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 23

25 e. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. TRADE RESTRICTION (Reference: 49 CFR part 30) (Reference Only Refer to Federal Register) TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order ) In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order Text Messaging While Driving (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. VETERAN S PREFERENCE (Reference: 49 USC 47112(c)) In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan- Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Award of contract is subject to Federal Aviation Administration Funding and Approval. By order of the County of Santa Barbara. Todd Morrison, Project Manager County of Santa Barbara, California Dated: COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 24

26 INFORMATION FOR BIDDERS 1. AVAILABILITY OF CONTRACT DOCUMENTS Bid and Contract Documents may be obtained by contacting the County as indicated in the Notice Inviting Bids. Any applicable charges for the Contract Documents are stated in the Notice Inviting Bids. 2. EXAMINATION OF CONTRACT DOCUMENTS Bidders shall be solely responsible for examining the Bid and Contract Documents, including any Addenda issued during the bidding period, and for informing itself with respect to local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors licensing requirements, availability of required insurance, and other factors that could affect the Work. Bidders are responsible for consulting the standards referenced in the Contract. Failure of Bidder to investigate and inform itself shall be at its sole risk, and no relief for error or omission will be given except as required under State law. 3. INTERPRETATION OF CONTRACT DOCUMENTS Discrepancies in, and/or omissions from the Bid or Contract Documents or questions as to their meaning shall be immediately brought to the attention of County by submission of a written request for an interpretation or correction to County. Such submission, if any, must be sent to the County not later than ten business days before the bid date. Any interpretation of the Bid or Contract Documents will be made only by written addenda duly issued and mailed or delivered to each person or firm who has purchased the Bid Documents. County will not be responsible for any explanations or interpretations provided in any other manner. No person is authorized to make any oral interpretation of any provision in the Bid or Contract Documents to any bidder, and no bidder should rely on any such oral interpretation. 4. INSPECTION OF SITE Each bidder shall examine the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowances from the contract sum will be made because of lack of such examination. By submitting a Bid, each bidder acknowledges that it has visited the Project Site, has prepared its Bid accordingly, and assumes any and all risks and liabilities arising therefrom. 5. ADDENDA Addendums, if necessary, will be issued by the office of the Project Manager. Addendums will be issued via fax, , or both to all Plan Holders of Record. A follow-up confirmation phone call will occur to verify contractor receipt of all addendum contents. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 25

27 Once issued, Addendums are considered an equal part of the construction contract, with all material, information, and provisions to be incorporated into the plans, specifications, and contract documents. Contractors interested in receiving Addendums must identify themselves to the Project Manager through phone call or . Please include your address, fax number, phone number, and contact person information. In the case where a bidder claims an inadvertent clerical error in listing subcontractors, a notice of the claim must be submitted to the General Services Department in writing within 2 working days after the time of the bid opening and copies of the notice must be sent to the subcontractors involved. Please Note: Bidders are responsible for ensuring that they have received any and all Addenda. 6. COMPLETION OF BID FORMS Bids shall be prepared using copies of the Bid Forms which are included in the Bid Documents. The use of substitute bid forms other than clear and correct photocopies of those provided by County will not be permitted. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting N/A where applicable) and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. Deviations in the bid form may result in the bid being deemed non-responsive. 7. MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Bid and Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms, nor make substitutions thereon. Oral, telephonic and electronic modifications will not be considered. 8. DESIGNATION OF SUBCONTRACTORS Pursuant to State law, the Bidders must identify each subcontractor who will perform work or render services for the Bidder in an amount that exceeds one-half of one percent (1/2%) of the Bidder s Total Bid Price, as well as the portion of work each such subcontractor will perform on the form provided herein by County. No additional time will be provided to bidders to submit any of the requested information in the Designation of Subcontractor form. 9. LICENSING REQUIREMENTS The CONTRACTOR shall possess a Class A at the time this Contract is awarded. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 26

28 10. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. 11. SUBMISSION OF SEALED BIDS Bid documents shall be submitted in a sealed, addressed envelope and delivered or mailed, postage prepaid to County, at the place and to the attention of the person indicated in the Notice Inviting Bids. No oral or telephonic bids will be considered. No forms transmitted via the Internet, , facsimile, or any other electronic means will be considered unless specifically authorized by County. 12. DELIVERY AND OPENING OF BIDS Bids will be received by County at the address shown in the Notice Inviting Bids up to the date and time shown therein. County will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the Bidder. It is the Bidder s sole responsibility to ensure that its Bid is received as specified. Bids will be opened at the date and time stated in the Notice Inviting Bids, or such other time as County may designate, and the amount of each Bid will be read aloud and recorded. All Bidders may, if they desire, attend the opening of Bids. County may in its sole discretion, elect to postpone the opening of the submitted Bids. County reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid. In the event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. 13. WITHDRAWAL OF BID Prior to bid opening, a Bid may be withdrawn by the Bidder only by means of a written request signed by the Bidder or its properly authorized representative. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 27

29 14. BASIS OF AWARD; BALANCED BIDS The quantities given in the proposal and contract forms are approximate only, being given as a basis for the comparison of bids, and the County does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any portion of the Work, or to omit portions of the Work, as may be deemed necessary or advisable by the Engineer. County shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. County may reject any Bid that in its opinion when compared to other bids received or to County s internal estimates, does not accurately reflect the cost to perform the Work. County may reject as non-responsive any bid which unevenly weights or allocates costs, including but not limited to overhead and profit, to one or more particular bid items. 15. DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID No bidder shall be allowed to make, submit or be interested in more than one bid. However, a person, firm, corporation or other entity that has submitted a subbid to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a subbid or quoting prices to other bidders submitting a bid to County. 16. INSURANCE REQUIREMENTS The successful bidder shall procure the insurance in the form and in the amount specified in the Contract Documents. 17. AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, County may award the contract. The apparent successful Bidder should begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once County notifies the Bidder of the award, the Bidder will have ten (10) consecutive calendar days from the date of the notification to execute the Contract and supply County with all of the required documents and certifications. Regardless whether the Bidder supplies the required documents and certifications in a timely manner, the Contract Time will begin to run ten (10) calendar days from the date of the notification. Once County receives all of the properly drafted and executed documents and certifications from the Bidder, County shall issue a Notice to Proceed to that Bidder. Award of contract is subject to County receipt of state and federal grants. 18. WORKERS COMPENSATION Each bidder shall submit the Contractor s Certificate Regarding Workers Compensation form. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 28

30 19. SUBSTITUTION OF SECURITY The Contract Documents call for monthly progress payments based upon the amount of work completed. The County will retain five percent (5%) of each progress payment unless otherwise provided by the Contract Documents. At the Contractor s request and expense, the Contractor may substitute securities for the amount so retained in accordance with Public Contract Code Section PREVAILING WAGES Minimum wages, as ascertained from the Secretary of Labor or State of California, whichever is greater, currently prevailing in Santa Barbara County, California, on the date of bid, are required to be paid all operators, drivers, mechanics and laborers, employed directly upon the site of the work. Bidders are responsible to keep themselves informed as to local and state labor conditions such as length of work day and work week, overtime compensation, prospective changes or adjustments of wage rates and other conditions. The successful bidder must insure that employees and applicants for employment are not discriminated against on the basis of age, color, race, national origin, ancestry, religion, sex, sexual preference, marital status, and shall comply with the Americans with Disabilities Act. The County complies with SB 854. All contractors and subcontractors must be registered with the State Department of Industrial Relations (DIR) at the time of bid, for prevailing wage monitoring. The District will review the DIR registration list for confirmation of participation. 21. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Section or Section of the Labor Code. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to County. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project. 22. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS The successful bidder shall be required to guarantee the performance of this Contract, by a "Faithful Performance Bond" in the amount of One Hundred Percent (100%) of the Contract Bid, and a "Payment Bond General Services, in the amount of One Hundred Percent (100%) of the Contract Bid. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 29

31 23. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the work will be located, unless otherwise expressly provided by the Contract Documents. 24. EXECUTION OF CONTRACT As required herein the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. County may require appropriate evidence that the persons executing the Contract are duly empowered to do so. 25. FEDERAL CONTRACT REQUIREMENTS The contractor (including all subcontractors) shall insert the federal contract provisions and clauses located in the appendix in each contract and subcontract. The contractor (or subcontractor) shall incorporate applicable requirements of the contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services. The prime contractor will be responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. No modifications to the provisions are allowed. Minor additions covering state or sponsor requirements may be included in a separate supplemental specification, provided they do not conflict with federal laws and regulations and do not change the intent of the required contract provision. END OF INFORMATION FOR BIDDERS COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 30

32 PROPOSAL Pursuant to and in compliance with your Notice to Bidders and the Contract Documents relating to the construction of: County of Santa Barbara Airport Security Enhancements 900 Airport Road, Santa Ynez, California Project No Bid Date 2:00 pm, August 13 th, 2015 including Addendum No(s).,,,,,,, the undersigned bidder, having become thoroughly familiar with the terms and conditions of the Contract Documents and with local conditions affecting the performance and the costs of the Work at the place where the Work is to be done, hereby proposes and agrees to fully perform the Work within the time stated in and in strict accordance with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment and utility and transportation services necessary to fully perform the work and complete it in a workmanlike manner) for the total sum of: Written if Figures: $ Written in Words: Bid Schedule follows on the next page. Bidding Contractors to complete all blanks on Bid Schedule: Bidding Contractor: COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 31

33 PROJECT BID SCHEDULE ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT 1 Mobilization LS Safety and Security LS Sawcut LF Clearing, Grubbing, and Removals LS 1.0 UNIT PRICE (Figures) $ $ $ $ $ $ $ $ EXTENDED TOTAL (Figures) 5 Excavation CY 6 Embankment CY 1,520.0 $ $ 2,300.0 $ $ 7 Subgrade Preparation SY 10,200.0 $ $ 8 Unsuitable Subgrade Allowance T&M PCC Curb and Gutter LF PCC High Side Curb and Gutter LF PCC Modified Curb and Gutter LF Utility Work Area Improvements LS 1.0 $ 50, $ 50, $ $ $ $ $ $ $ $ 13 Aggregate Base TON 3,800.0 $ $ 14 Asphalt Pavement TON 1,200.0 $ $ 15 Asphalt Dike LF Lower Water Line LS Storm Drain Pipe LF Drainage Improvements LS Perimeter Fence LF Vehicle Access Gate EA Pedestrian Gate EA Electrical LS Pavement Marking SF Hydro-Mulch Erosion Control ACRE SWPPP LS Storm Water Sampling (Allowance) T&M 1.0 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 5, $ 5, TOTAL, BID SCHEDULE (Items 1 through 26): $ COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 32

34 Abbreviations to Bid Schedules: LS = lump sum TON = 2000 pounds LF = lineal foot EA = each unit SF = square foot CY = cubic yard SY = square yard T&M = time and materials ACRE = 43,560 square feet CF = cubic foot GAL = 1 U.S. Gallon, liquid measure Total Bid (Aggregate Amount), Basis of Award: Total Bid Amount, being the total summation of the Base Bid Schedule: Written in Words: Written in Figures: In the event of discrepancy between words and figures, the words shall prevail. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. In order for a Bid to be responsive, Bidder must complete all blanks in both the Base Bid Schedule. The failure to do so shall result in the Bid being rejected as nonresponsive. 2. It is understood that Owner reserves the right to reject the proposal and that it shall remain open and not be withdrawn for a period of ninety (90) calendar days from the date prescribed for its opening. 3. Attached hereto and incorporated herein is the complete and entire list of subcontractors to be employed by the undersigned and in the performance of the Work. 4. It is understood and agreed that if written notice of the acceptance of this proposal is mailed or delivered personally to the undersigned bidder within ninety (90) calendar days after the opening of the proposal, or at any time thereafter before it is withdrawn, the undersigned bidder will execute and deliver the Contract Documents to Owner in accordance with the proposal as accepted, and will also furnish and deliver to Owner any Payment Bond required under the provisions of California Civil Code Section 3247 through 3252 and Performance Bond as required under the provisions of the California Government Code and/or California Public Contract Code all within fourteen (14) calendar days after personal delivery or deposit in the mails, as the case may be, of the notifications of award. The work under the contract shall be commenced by the undersigned bidder on the date stated in COUNTY'S written Notice to Proceed and shall be completed within 110 working days thereafter. 5. Notice of acceptance or request for additional information may be addressed to the undersigned bidder at the business address set forth below. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 33

35 6. The bid, contract or other submittal of the CONTRACTOR identified below in connection with the foregoing project is not made in the interest of or on behalf or any undisclosed person, partnership, company, association, organization, or corporation; and that the bid is genuine, and not collusive or sham; that the undersigned bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid and 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; that the undersigned bidder has not directly or indirectly sought by agreement, communication or conference with anyone to fix his bid price or the bid price of any other bidder or to fix any overhead, profit or cost element of such bid price or of that of any other bidder or to secure any advantage against the COUNTY of Santa Barbara of anyone interested in the proposed contract; or all statements contained in this proposal are true; and that the undersigned 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, or paid, and will not pay any fee to any corporation, partnership, company association, organization, Bid Depository or to any member or agent thereof to effectuate a collusive or sham bid. I declare under the penalty of perjury under the laws of the State of California that the foregoing is true and correct. 7. In accordance with the provisions of Sections 1860 and 1861 of the California Labor Code, every CONTRACTOR will be required to secure the payment of compensation of his or her employees. Each CONTRACTOR to whom a public works contract is awarded shall sign the following certification prior to performing the work of the contract: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 8. Protests of any bid(s) received must be in writing, must specify all grounds for the protest, and must be filed within ten working days after the opening of bids. CONTRACTOR SIGNATURE PAGE BY: Company Street Address City Signature IRS No.: License Classification(s): Phone Number: Printed Name, Title COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 34

36 DESIGNATION OF SUBCONTRACTORS The bidder agrees if this proposal is accepted, that he will contract with the County of Santa Barbara to do all work and furnish all labor, materials, machinery, tools and apparatus necessary to completely perform said Contracts in the manner and time prescribed by said Contract. County of Santa Barbara Airport Security Enhancements 900 Airport Road, Santa Ynez, California Project No Bid Date: 2:00 pm, August 13 th, 2015 In compliance with the provisions of Section of the Public Contract Code of the State of California, and any amendments, thereof, the undersigned bidder has set forth below the name and location of the place of business of each subcontractor who will perform work or labor or render service to the undersigned in or about the construction of the work to be performed. That portion of the work which will be done by each subcontractor for each subcontract in excess of one-half of one percent of the undersigned's total aggregate bid shall be listed. DIVISION OF WORK SUBCONTRACTOR LIC NO. LOCATION COMPANY: BY: Bidder s Signature NOTE: This form may be reproduced and attached behind this page to list more Subcontractors. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 35

37 CERTIFICATE OF COMPLIANCE This is to certify that all requirements for insurance of subcontractors as specified for this project will be met. Dated Signature of Principal Printed Name, Title of Principal Company Address City, State & Zip COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 36

38 BIDDER'S STATEMENTS REGARDING INSURANCE COVERAGE: Bidder hereby certifies that he has reviewed the insurance coverage requirements specified in the Contract Specifications. Should he be awarded the contract for the work, Bidder further certifies that he can meet all the Contract Specification requirements for insurance including insurance coverage of his subcontractors. REGARDING PUBLIC CONTRACT CODE SECTION 10232: In accordance with Public Contract Code Section 10232, the Contractor hereby states, under penalty of perjury, that no more than one final unappealable finding of contempt of court by a Federal Court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a Federal Court which orders the Contractor to comply with an order of the National Labor Relations Board. REGARDING PUBLIC CONTRACT CODE SECTION 10162: In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing, a federal, state, or local government project because of a violation of law or safety regulation? Yes No (If the answer is yes, explain the circumstances on a separate sheet of paper and attach to proposal) Dated Signature of Principal Printed Name, Title of Principal Company Address City, State & Zip COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 37

39 ANTI-FRAUD CERTIFICATION County of Santa Barbara Airport Security Enhancements 900 Airport Road, Santa Ynez, California County Project No In accordance with Public Contract Code Section (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury that the bidder has, has not, been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. Dated Signature of Principal Printed Name, Title of Principal Company Address City, State & Zip COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 38

40 KNOW ALL MEN BY THESE PRESENTS: BIDDER'S BOND That we, as Principal, and as Surety (hereinafter referred to as Surety), are held firmly bound unto the County of Santa Barbara, State of California (hereinafter called "Owner") in the penal sum of Ten Percent (10%) of the total aggregate amount of the bid of the Principal above named, submitted by said Principal to Owner for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. Surety shall be and hereby warrants that it is listed in the Insurance Organizations Authorized by the Insurance Commissioner to Transact Business of Insurance in the State of California during 1995 (including changes effective January 1, 1996) published by the Department of Insurance, State of California or successor publications. In no case shall the liability of the Surety hereunder exceed the sum of DOLLARS ($ ). condition of this obligation is such that a bid to Owner for certain construction specifically described as follows: County of Santa Barbara Airport Security Enhancements 900 Airport Road, Santa Ynez, California County Project No for which bids are to be opened on 2:00 pm, August 13 th, 2015, has been submitted by Principal to Owner. NOW, THEREFORE, if the aforesaid Principal shall not withdraw said bid within the period therein after the opening of the same, or, if no period be specified within ninety (90) days after said opening and shall within the period specified therefore, or, if no period be specified, within eight (8) days after the prescribed forms are presented to him for signature, enter into a written Contract with Owner, in the prescribed form, in accordance with the bid as accepted, and file the two Bonds with Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall remain in full force, virtue and affect. The Said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any manner affects its obligations on this COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 39

41 bond, and it does hereby waive notice of any change, extension, alteration, or addition. It is hereby agreed that any progress payment made after the scheduled completion date will not constitute a waiver of any liquidated damages heretofore agreed upon. In the event suit is brought upon said Bond by Owner and judgment is recovered, the Surety shall pay all costs incurred by Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. Death, Bankruptcy, Receivership, Going Out of Business for any reason, or incompetence of the Principal shall not relieve the Surety of its obligations hereunder. Name of Principal Dated Signature of Principal (Seal) Dated Name of Surety Address City, State & Zip Signature of Principal Signature of Surety s Attorney-in-fact (Seal) Surety s Agent for Service of Process (located within the State of California): Name of Agent Address City, State & Zip Telephone Number NOTE: Signatures of those executing for Surety MUST be properly acknowledged. This form may be reproduced for transmittal to the Surety for execution and attached to the front of the original Bid Bond Form. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 40

42 BIDDER S DECLARATION - NON COLLUSION (California Public Contract Code Section 7106) The undersigned having adequate information to make this declaration without reservation or qualification declares under penalty of perjury pursuant to the provisions of California Public Contract Code Section 7106, as follows: The party making the bid enclosed herewith declares that that 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, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract. All statements contained in the bid are true; and, further, 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." This declaration executed on California., 2015 at (signature) typed name and title COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 41

43 PUBLIC CONTRACT CODE SECTION QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 42

44 PUBLIC CONTRACT CODE STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 43

45 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 44

46 DISCLOSURE OF LOBBYING ACTIVITIES FORM COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C Standard Form LLL Rev Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee Year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier, if known Congressional District, if known Congressional District, if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable 8. Federal Action Number, if known: 9. Award Amount, if known: 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI) address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual Planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in-kind; specify: nature e deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes No 16. Information requested through this form is authorized by Title 31 U.S.C. Section This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Signature: Print Name: Title: Telephone No.: Date: Authorized for Local Reproduction Standard Form LLL COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 45

47 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE " 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 46

48 (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 47

49 LOCAL AGENCY BIDDER DBE INFORMATION This information may be submitted with your bid proposal. If it is not, and you are the apparent low bidder or the second or third low bidder, it must be submitted and received as specified in Section B of the Special Provisions. Failure to submit the required DBE information will be grounds for finding the proposal nonresponsive. CO.-RTE.-K.P.: CONTRACT NO.: BID AMOUNT: $ BID OPENING DATE: BIDDER'S NAME: DBE GOAL FROM CONTRACT: DBE PRIME CONTRACTOR CERTIFICATION 1 : CONTRACT ITEM NO. ITEM OF WORK AND DESCRIPTION OR SERVICES TO BE SUBCONTRACTED OR MATERIALS TO BE PROVIDED 2 DBE CERT. NO. NAME OF DBEs (Must be certified on the date bids are opened - include DBE address and phone number) DOLLAR AMOUNT DBE 3 IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Copies of the DBE quotes are required. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above shall be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid pursuant to the Subcontractors Listing Law and Section , "General," of the Special Provisions. Total Claimed Participation $ % 1. DBE prime contractors shall enter their DBE certification number. DBE prime contractors shall indicate all work to be performed by DBEs including work performed by its own forces. 2. If 100% of item is not to be performed or furnished by DBE, describe exact portion of item to be performed or furnished by DBE. 3. See Section , "Disadvantaged Business Enterprise," to determine the credit allowed for DBE firms. Signature of Bidder Date (Area Code) Tel. No. Person to Contact (Please Type or Print) CT Bidder - DBE Information (Rev ) COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 48

50 DBE INFORMATION-GOOD FAITH EFFORTS Federal-aid Project No. Bid Opening Date The County of Santa Barbara established a Disadvantaged Business Enterprise (DBE) goal of 11.7% for this project. The information provided herein shows that adequate good faith efforts were made. A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Inital Solicitation Follow Up Methods and Dates C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Breakdown of Items COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 49

51 D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, and the firms selected for that work (please attach copies of quotes from the firms involved): Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate. G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.). Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):(refer to the Caltrans Local Assistance Procedures Manual for instructions) COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 50

52 REQUIRED CONTRACT PROVISIONS FOR AIRPORT IMPROVEMENT PROGRAM AND FOR OBLIGATED SPONSORS 1. ACCESS TO RECORDS AND REPORTS. (Reference: 2 CFR , 2 CFR ) 2. AFFIRMATIVE ACTION REQUIREMENT. (Reference: 41 CFR part 60-4, Executive Order 11246) 3. BREACH OF CONTRACT TERMS. (Reference 2 CFR 200 Appendix II(A)) 4. BUY AMERICAN PREFERENCE. (Reference: 49 USC 50101) 5. CIVIL RIGHTS - GENERAL. (Reference: 49 USC 47123) 6. CIVIL RIGHTS TITLE VI ASSURANCES. 7. CLEAN AIR AND WATER POLLUTION CONTROL. (Reference: 49 CFR 18.36(i)(12)) Note, when the DOT adopts 2 CFR 200, this reference will change to 2 CFR 200 Appendix II(G)) 8. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS. (Reference: 2 CFR 200 Appendix II (E)) 9. COPELAND ANTI-KICKBACK ACT (Reference: 2 CFR 200 Appendix II(D), 29 CFR parts 3 & 5) 10. DAVIS-BACON REQUIREMENTS. (Reference: 2 CFR 200 Appendix II(D)) 11. DEBARMENT AND SUSPENSION (NON-PROCUREMENT). (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order DOT Suspension & Debarment Procedures & Ineligibility) 12. DISADVANTAGED BUSINESS ENTERPRISE. (Reference: 49 CFR part 26) 13. ENERGY CONSERVATION REQUIREMENTS. (Reference 2 CFR 200 Appendix II(H)) 14. EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS. (Reference 41 CFR , Executive Order 11246) 15. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC 201, et seq.) 16. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES. (Reference: 49 CFR part 20, Appendix A) 17. NONSEGREGATED FACILITIES REQUIREMENT. (Reference: 41 CFR ) 18. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) 19. RIGHT TO INVENTIONS. (Reference 2 CFR 200 Appendix II(F)) 20. TERMINATION OF CONTRACT. (Reference 2 CFR 200 Appendix II(B)) 21. TRADE RESTRICTION (Reference: 49 CFR part 30) 22. TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order ) 22. Veterans Preference (Reference:49 USC 47112(c)) COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 51

53 The contractor (including all subcontractors) shall insert the federal contract provisions and clauses located in the appendix in each contract and subcontract. The contractor (or subcontractor) shall incorporate applicable requirements of the contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services. The prime contractor will be responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. No modifications to the provisions are allowed. Minor additions covering state or sponsor requirements may be included in a separate supplemental specification, provided they do not conflict with federal laws and regulations and do not change the intent of the required contract provision. By signing this signature page ensures that the contractor agrees with all terms of the required federal contract provisions. Signature of Bidder Date COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 52

54 CONTRACT FORMS COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 53

55 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That the County of Santa Barbara of the State of California (hereinafter referred to as the County) and (hereinafter referred to as Principal) have by written agreement dated, entered into a contract identified as: Project Title: County of Santa Barbara (Hereinafter referred to as the Contract) and That, pursuant to law and to said Contract, and before entering upon the performance of said Contract, the principal is required to file with the County a good and sufficient bond to secure the payment of labor and materials claims. NOW, THEREFORE, said Principal and as corporate surety (hereinafter referred to as Surety), are held firmly bound unto the County in the amount of $, for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns both jointly and severally. Surety shall be and hereby warrants that it is listed in the Insurance Organizations Authorized by the Insurance Commissioner to Transact Business of Insurance in the State of California during 1995 (including changes effective January 1, 1996) published by the Department of Insurance, State of California or successor publications. THE CONDITION OF THIS OBLIGATION IS SUCH that if said principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any of the persons named or referred to in Section 3181 of the California Civil Code, or amounts due under Unemployment Insurance Code with respect to work or labor performed by any such claimant, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Contractor and his subcontractors pursuant to Section of the Unemployment Insurance Code with respect to such work and labor as required by Division 3, Part 4, Title XV, Chapter 7 (commencing at Section 3247) of the California Civil Code, or this bond, then said Surety will pay for the same, in an amount not to exceed the amount hereinafter set forth. This bond shall insure to the benefit of any and all persons, entities, companies and corporations named or referred to in Section 3181 of the California Civil Code, so as to give a right of action to them or their assign in any suit brought upon this bond. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 54

56 And the said Surety, for value received, hereby agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder, or the Specifications accompanying the same, shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Specifications. In the event suit is brought upon this Bond by County and judgment is recovered, Surety shall pay all costs incurred by the County in such suit, including a reasonable attorney's fee to be fixed by the court. Death, illness, disability or disqualification of the Principal shall not relieve Surety of its obligations hereunder. Principal By: Surety Signature of Attorney-in-fact DATED: Address City, State & Zip Code Surety s Agent for Service of Process (located within the State of California): Name of Agent Address City, State & Zip Code Telephone Number NOTE: Signature of those executing for Surety must be properly acknowledged. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 55

57 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That the County of Santa Barbara of the State of California (hereinafter referred to as the County) and. (hereinafter referred to as Principal) have by written agreement dated, entered into a contract identified as: Project Title: County of Santa Barbara (Hereinafter referred to as the Contract) and That, pursuant to law and to said Contract, and before entering upon the performance of said Contract, the Principal is required under the terms and conditions of said Contract to furnish a bond for the faithful performance of Contract. NOW, THEREFORE, said Principal and as corporate surety (hereinafter referred to as Surety), are held firmly bound unto the County in the amount of $, for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns both jointly and severally. Surety shall be and hereby warrants that it is listed in the Insurance Organizations Authorized by the Insurance Commissioner to Transact Business of Insurance in the State of California during 1995 (including changes effective January 1, 1996) published by the Department of Insurance, State of California or successor publications. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal, his heirs, executors, administrators, successors, or assigns, shall perform all of the covenants, conditions and agreements in said Contract and any alteration thereof made as herein provided, in his or their part, to be kept and performed at the time, and in the manner therein specified, and shall indemnify and save harmless County, its officers, agents, and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force, virtue and effect. And the said Surety, for value received, hereby agrees that no change, extension of time, COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 56

58 alteration or addition to the terms of the Contract, or to the work to be performed thereunder, or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or additions to the terms of the Contract or to the work or to the specifications. In the event suit is brought upon this Bond by County and judgment is recovered, Surety shall pay all costs incurred by the County in such suit, including a reasonable attorney's fee to be fixed by the court. Death, illness, disability or disqualification of the Principal shall not relieve Surety of its obligations hereunder.. Principal By: Surety Signature of Attorney-in-fact DATED: Address City, State & Zip Code Surety s Agent for Service of Process (located within the State of California): Name of Agent Address City, State & Zip Code Telephone Number FAX Number NOTE: Signature of those executing for Surety must be properly acknowledged. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 57

59 CERTIFICATE OF INSURANCE TRANSMITTAL FORM FOR THE FOLLOWING DESCRIBED PROJECT: Airport Security Enhancements County of Santa Barbara CONTRACTOR: Name Address City, State & Zip Code The successful bidder shall furnish satisfactory proof of the maintenance of adequate Worker's Compensation Insurance, and the maintenance of Comprehensive General and Automobile Liability Insurance in the amount of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate. The County of Santa Barbara (COUNTY), its officers, employees, and agents shall be named as additional insured on all certificates. A copy of the endorsement evidencing that the County has been added to the policy must be attached to the certificate of insurance. Said policy or policies shall provide that the COUNTY shall be given thirty (30) days written notice prior to cancellation or expiration of the policy or reduction in coverage. Refer to section 5.18 of the General Conditions. In addition to the above, the following information must appear on the certificates: This form must be attached to all insurance forms sent to the County of Santa Barbara, General Services Department: Authorized Insurance Company Representative's Signature This form may be reproduced as required. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 58

60 COUNTY OF SANTA BARBARA UNLAWFUL DISCRIMINATION ORDINANCE Section Prohibition of unlawful discrimination in employment practices. The COUNTY reserves the right to terminate forthwith each and every written contract and agreement (except purchase orders) respecting real property for goods and/or services entered into by the COUNTY or by its joint powers, agencies, or agents with the consent of the other parties (hereinafter called "CONTRACTOR") including but not limited to concessions, franchises, construction agreements, leases, whether now in effect or hereinafter made if the COUNTY finds that the CONTRACTOR is discriminating or has discriminated against any employee or applicant for employment in violation of any applicable state or federal laws, rules, or regulations which may now or hereafter specifically prohibit such discrimination on such grounds as race, religion, sex, color, national origin, physical or mental handicap when otherwise qualified, Vietnam ear veteran/disabled, age, medical condition, marital status, ancestry, sexual orientation, or other legally protected status. Such finding may only be made after CONTRACTOR has had a full and fair hearing on notice of thirty (30) days before an impartial hearing officer at which hearing CONTRACTOR may introduce evidence, produce witness, and have the opportunity to cross-examine witnesses produced by the COUNTY. Further, any finding of discrimination must be fully supported by the facts developed at such hearing and set forth in a written opinion; and in addition, CONTRACTOR may move in the appropriate court of law for damages and/or to compel specific performance of a CONTRACTOR or agreement if any of the above procedures are not afforded to the CONTRACTOR. If CONTRACTOR is not found to have engaged in unlawful discriminatory practices, COUNTY shall pay all costs and expense of such hearing, including reasonable attorney's fees to CONTRACTOR in accordance with current Santa Barbara County Superior Court schedule of attorney's fees for civil trials. If CONTRACTOR is found to have engaged in such unlawful discriminatory employment practices, CONTRACTOR shall pay all such costs, expenses, and attorney's fees. Whether or not a contract or agreement is still in existence at the time of final determination of such unlawful discrimination, the CONTRACTOR shall forthwith reimburse COUNTY for all damages directly stemming from such discrimination; however, those damages shall not exceed and are not reimbursable in an amount which exceeds amounts paid CONTRACTOR under the terms of the contract or agreement. Nothing in this Section 2-95 shall directly or by interpretation give a private cause of action to any third party (not a signatory to the contract or agreement) including employees past or present, or applicants for employment to CONTRACTOR, it being the sole purpose of this clause to administratively assure compliance with the nondiscrimination clauses contained herein. Employment practices shall include, but are not limited to employment, promotion, demotion, transfer, recruitment and advertising for recruitment, layoff or other termination, rate of pay, employee benefits, and all other forms of compensation selection for training and apprenticeship and probationary periods. CONTRACTOR shall permit access at all reasonable time and places to all of its records of employment, advertising, application forms, tests, and all other pertinent employment data and records, to the COUNTY, its officers, employees, and agents for the purpose of investigation to ascertain if any unlawful discrimination as described herein has occurred or is being practiced, COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 59

61 provided that such records are relevant to a complaint of an unlawful discriminatory practice which has been forwarded to CONTRACTOR reasonably prior to the time CONTRACTOR is asked to make such records available. In addition, all such records shall be deemed "Confidential" by the officers, employees, and agents of the COUNTY. No records or copies of such records may be removed from the premises of CONTRACTOR and no disclosure, oral, or written of such record, may be made to third parties except as provided within the agreement. Provided, however, that in the event of a hearing to determine whether or not CONTRACTOR is engaging in unlawful discrimination in employment practices as defined herein, the Board of Supervisor of Santa Barbara County may issue subpoenas to require that certified copies of such records be made available to the hearing. Failure to fully comply with any of the foregoing provisions relating to unlawful discrimination in employment practices shall be deemed to be a material breach of any contract or agreement with the COUNTY. All persons contracting with or who have contracts for goods or services with the COUNTY shall be notified that this chapter applied to their contract or agreement with the COUNTY (Ordinance No. 2946, SS1; Ordinance No. 2993, SS1; and Ordinance No. 3018, SS1). Section Exceptions. Notwithstanding any other provisions in this article, any party contracting with the COUNTY having an affirmative action program which has been approved within twelve (12) months from the date of the contract by an agency of the federal government shall be deemed to be in compliance with the provisions of this article upon furnishing documentary evidence of such approval satisfactory to the COUNTY affirmative action officer. Loss of such approval shall be immediately reported by such party to the COUNTY affirmative action officer. Section Purchase orders. Purchase orders shall contain the following clause as grounds for termination of such purchase orders: "If complaint is made that seller is engaging in discriminatory employment practices made unlawful by applicable state and federal laws, rules, or regulations, and the State Fair Employment Practice Commission or the Federal Equal Employment Opportunities Commission determines that such unlawful discrimination exists, then the COUNTY may forthwith terminate this order." (Ordinance No. 2946, SS 1) Section Affirmative action officer. At the discretion of the COUNTY affirmative action officer, he or she shall promptly and thoroughly investigate, or cause to be investigated reports and complaints from whatever source, that any party contracting with the COUNTY is engaging, or during the term of a contract or agreement with the COUNTY has engaged, in any unlawful discriminatory employment practices as described in Section 2-95 of this Code. If the investigation discloses reason to believe such unlawful discrimination does exist or has existed and the conditions giving rise thereto have not been changed so as to prevent further such unlawful discrimination, and the said party shall forthwith terminate such unlawful discrimination, take all appropriate steps to prevent a recurrence of such or other unlawful practices, and compensate the person or persons unlawfully discriminated against for any and all loss incurred by reason of such unlawful discrimination, all to the satisfaction of the affirmative action officer, then the affirmative action officer shall cause the matter to be presented for action to the State Fair Employment Practices Commission or the Federal Equal Employment Opportunities Commission, or both, and to any COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 60

62 other concerned state or federal agencies or officers. If and when it has been finally determined by the affirmative action officer, COUNTY counsel, or state or federal regulatory agencies that such unlawful discriminatory employment practice has in fact so occurred or are being carried on, then the affirmative action officer shall forthwith present the entire matter to the Board of Supervisors of the COUNTY, together with all damages, costs, and expense related thereto and incurred by COUNTY, for appropriate action by the Board of Supervisors in accord with the intent and purposes of this article and of the affirmative action program of the COUNTY (Ordinance No. 2946, SS 1). COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 61

63 AGREEMENT COUNTY OF SANTA BARBARA AGREEMENT FOR: General Services Project No County of Santa Barbara Airport Security Enhancements THIS AGREEMENT is made by and between the County of Santa Barbara, a political subdivision of the State of California, hereinafter called COUNTY, and., referred to as CONTRACTOR, for the completion of the work identified herein, on the following terms, conditions and provisions: 1. CONTRACT: This agreement incorporates by reference all of the General and Special Conditions and Plans and Specifications provided by COUNTY for the work identified above; and where consistent with this document, the proposal executed and submitted by the CONTRACTOR. CONTRACTOR acknowledges receipt of all such documents as were not already in Contractor's possession. Said incorporated documents, this agreement, any Notice to Bidders, any Bid Addenda, the Bid Bond, the Faithful Performance Bond, and Payment Bond are referred to herein as the "Contract" or "Contract Documents." Copies of all said documents are on file in the Department of General Services Office of the COUNTY and have been and will be made available to the CONTRACTOR during the term of this Agreement. 2. WORK: CONTRACTOR agrees, at his own proper cost and expense, to furnish all the work and all equipment and materials necessary to perform and complete the work described in the documents referred to above, in a good and workmanlike manner to the satisfaction of the Director of General Services of said COUNTY, all in strict accordance with the Plans and the Contract Documents provided. 3. EXCAVATIONS: Before any pavement resurfacing, displacement or excavation of the ground that may be required by any performance under this Agreement, the CONTRACTOR shall obtain an inquiry identification number by calling Underground Service Alert (USA) 1 (800) or 1 (800) or by such other means as may be required; shall conform to all requirements of Government Code Sections 4215 through 4217 regarding any such pavement resurfacing, displacement or excavation, including the payment of any fees required; and shall facilitate performance by the COUNTY of any obligation required of the COUNTY under said Sections. There shall be no performance under this Agreement by either party unless and until the provisions of such Sections are complied with and the County Representative is notified regarding the compliance. 4. COUNTY REPRESENTATIVE: The County Representative referred to in the Contract Documents is Todd Morrison. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 62

64 5. PAYMENT: As full compensation for furnishing all labor, supervision, overhead, materials and equipment and for doing all the work completed and embraced in this Agreement and subject to adjustments and liquidated damages, if any, as provided in the Contract Documents, the base amount to be paid to the CONTRACTOR for satisfactory completion of all requirements of the Contractor under this Agreement is and shall be XXXXXXXXXX($XXX,XXX.00), to be paid as provided in the Contract Documents dated XXXXXXXXXXXX. The CONTRACTOR assumes and will provide against any and all loss or damage arising out of the nature of the work undertaken, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the COUNTY, and assumes any and all expenses incurred by or in consequence of suspension or discontinuance of the work, for well and faithfully completing the work and the whole thereof, in the manner and to the requirements of the Contract and directions of the County Representative, hereunder. 6. RIGHT TO AUDIT: Contractor shall maintain and make available all books, papers, job descriptions, records, detail costs, estimates, claims, and accounts, including payment, property, payroll, personnel, subcontractors, sub subcontractors and financial records related to or which arise out of the Work or under the terms or conditions of the Contract. The form of record keeping shall be subject to approval by County. These books, papers, records, claims, and accounts shall be made available for examination during normal business hours by County or County's representative and shall be retained at Contractor's principal place of business in California for audit during normal business hours at such place for four (4) years after recording of the Notice of Completion of Project. Contractor shall provide an office to enable County and County's representative to conduct such audit. The COUNTY will have the right to audit of Contractor's project records. Records must be made available in a form satisfactory to the Santa Barbara County Auditor-Controller. 7. EXTRA WORK: Extra work, materials, resolution of disputes, corrections, and/or changes to the specifications as are required for the proper completion of the work or the improvement contemplated may be effected or authorized in writing and agreement made of compensation at the same rate per unit (or at a corresponding rate for work that is different from that provided for in the Contract Documents) by the County Representative, if compensation is not in excess of 10% of the first $250,000, or $25,000, plus 5% of the amount of the bid in excess of $250,000. In no event shall any such change or alteration exceed two hundred ten thousand dollars ($210,000). Compensation in such equitable amount as is appropriate for the requirements of the COUNTY or may be authorized by resolution or minute order of the Santa Barbara County Board of Supervisors. The County Representative may agree upon appropriate additional time to be allowed as required for such extra work, materials, resolution or changes. 8. COMPLIANCE WITH LAW, AMENDMENTS: CONTRACTOR shall keep fully informed of all laws, ordinances and regulations which do or may affect the conduct of the work, the materials used therein or persons engaged or employed thereon and all such orders of bodies and tribunals having any jurisdiction over same. If it be found that the Special Provisions or Standard Specifications for the work conflict with any such law, ordinance or regulation, the CONTRACTOR shall immediately report same to the County Representative in writing. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 63

65 CONTRACTOR shall at all times observe and comply with and shall cause all agents and employees to observe and comply with all such laws, ordinances, regulations or decrees as the same now exists or may be hereafter amended and all superseding provisions thereof. CONTRACTOR acknowledges, particularly, the provisions of Sections 3196 and Sections 3247 and 3252, inclusive, of the Civil Code of California. CONTRACTOR shall protect and indemnify the County of Santa Barbara, the Board of Supervisors, the Director of General Services, and/or any officer, agent or employee of the COUNTY against any claims or liability arising from or based on the violation of any such law, ordinance, regulation or decree whether by CONTRACTOR, or a subcontractor, agent or employee. 9. PAYMENTS NOT ACCEPTANCE: No certificate given or payments made under this Contract, except the final payment shall be evidence of the performance of this Contract, either wholly or in part, against any claim upon CONTRACTOR. Final payment for the work performed under this Contract shall not be made until the lapse of thirty (30) days after the Notice of Completion of said work has been filed for record and no payment shall be construed to be acceptance of any defective work or improper materials. CONTRACTOR agrees that the payment for final quantities due under this Contract and the payment of amounts due for any work in accordance with any amendments of this Contract, shall release the County of Santa Barbara from any and all claims or liabilities on account of work performed under this Contract or any amendments thereof. In addition to guarantees required elsewhere, CONTRACTOR shall and does hereby guarantee all workmanship and material to be free of defects and fit for the purposes intended for a period of one year from and after both the date of acceptance of the work and the recordation of the Notice of Completion by the COUNTY, and CONTRACTOR shall repair or replace any or all work and material, together with any other portions of the work which may be displaced in so doing, that in the opinion of the County Representative, is or becomes defective during the period of said guarantee without expense whatsoever to the COUNTY. 10. PREVAILING WAGE RATES: Rates of wages, including overtime, holiday and Sunday rates provided for the work are subject to the effect of the California Labor Code, Sections 1770 et. seq. Executive Orders of the President of the United States No. 9240, dated September 9, 1942, and No. 9250, dated October 3, 1942, and to any modifications thereof and to any and all lawful orders of the President or any authorized Federal Officer or agency, insofar as the same may be applicable to this Contract. 11. CONTRACT DOCUMENTS ACKNOWLEDGED: CONTRACTOR hereby declares that he has read the "Contract Documents" pertaining to the work to be accomplished hereunder, has carefully examined the plans and detail drawings of the work to be performed and fully understands the intent and meaning of the same. 12. TIME FOR COMMENCEMENT, COMPLETION: The work to be done under this Agreement shall be completed within 110 working days after execution of this Agreement. As soon as practicable after the Contract has been executed by both the CONTRACTOR and the COUNTY, a Notice to Proceed will be issued by the County Representative stating the starting date of the Contract time. The CONTRACTOR shall begin work within fifteen (15) calendar days after receiving the Notice to Proceed, unless otherwise provided. Attention is directed to the provisions of this Agreement pertaining to Liquidated Damages for failure to complete the COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 64

66 work within the allowed time. 13. WORKERS' COMPENSATION INSURANCE: CONTRACTOR certifies as to knowledge of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self insurance in accordance with the provisions of that Code. CONTRACTOR will comply with such provisions before commencing the performance of the work of this Contract. 14. PROGRESS PAYMENT NO WAIVER FOR DELAY: Any progress payment made after the scheduled completion date will not constitute a waiver of any liquidated damages heretofore agreed upon as part of this Contract. 15. GUARANTEE BONDS: Before any performance under this Agreement, the CONTRACTOR shall provide the security required by statute for the payment of all workers and suppliers, and security for faithful performance of all terms and conditions of this Agreement, in an amount and form approved by the COUNTY. Both securities shall contain provisions which automatically increase amounts thereof and/or time of completion or both for all change orders, extensions and additions to the work provided pursuant to this Agreement. 16. NON-DISCRIMINATION: The CONTRACTOR acknowledges that this Agreement is subject to the provisions of Article XIII of Chapter 2 of the Santa Barbara County Code, providing against discrimination in employment. The CONTRACTOR agrees to perform all requirements of a contractor under the provisions of said Article and to pay all costs occasioned to the COUNTY by any noncompliance by the CONTRACTOR. 17. DISPUTES: Should any dispute arise respecting the construction or meaning of any of the plans or specifications affecting the work or respecting the true value of any extra work or work omitted, the dispute shall be resolved by the Engineer/Architect whose decision shall be final and binding upon the parties. If, after the decision of the Engineer/Architect as provided herein, claims (as defined in Public Contracts Code Section 20104) under this Contract are filed by CONTRACTOR against COUNTY and those claims are in the aggregate amount of $375,000 or less, said claims shall be resolved pursuant to Public Contracts Code Sections through , inclusive. 18. SUBSTITUTION OF MATERIALS, SUBSTITUTION OF CONTRACTORS: The County Representative is authorized to act on behalf of the awarding authority in any matters requiring consent, notice or hearing in order to substitute materials or equipment specified or to substitute subcontractors. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 65

67 ACCEPTED AND AGREED this day of, CONTRACTOR : COMPANY NAME NAME AND TITLE Address: City/State/Zip: License #: IRS#: COUNTY County of Santa Barbara ATTEST: By: MONA MIYASATO, CLERK OF THE BOARD By: Deputy Clerk of the Board JANET WOLF, CHAIR BOARD OF SUPERVISORS County of Santa Barbara APPROVED AS TO FORM: MICHAEL C. GHIZZONI, COUNTY COUNSEL By: Deputy County Counsel APPROVED AS TO ACCOUNTING FORM: ROBERT W. GEIS, CPA AUDITOR-CONTROLLER By: Deputy Auditor-Controller APPROVED AS TO FORM: RAY AROMATORIO RISK PROGRAM ADMINISTRATOR By: Risk Manager RECOMMENDED FOR APPROVAL MATTHEW P. PONTES DIRECTOR OF GENERAL SERVICES By: Department Head Dept 063 Fund 0030 Program 1930 Account 8700 Project 8595 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 66

68 FAA GENERAL PROVISIONS Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO Access road. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA) Air operations area (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM) Award. The Owner s notice to the successful bidder of the acceptance of the submitted bid Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon Calendar day. Every day shown on the calendar Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders Contract item (pay item). A specific unit of work for which a price is provided in the contract Contract time. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 67

69 in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work Contractor s laboratory. The Contractor s quality control organization in accordance with the Contractor Quality Control Program Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator s consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work Extra work. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government Force account. Force account work is planning, engineering, or construction work done by the Sponsor s employees Inspector. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor Intention of terms. Whenever, in these specifications or on the plans, the words directed, required, permitted, ordered, designated, prescribed, or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words approved, acceptable, satisfactory, or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference Laboratory. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as Engineer s Laboratory or quality assurance laboratory. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 68

70 10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface Major and minor contract items. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items Materials. Any substance specified for use in the construction of the contract work Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins Owner. The term Owner shall mean the party of the first part or the contracting agency signatory to the contract. Where the term Owner is capitalized in this document, it shall mean airport Sponsor only Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit Payment bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications Project. The agreed scope of work for accomplishing specific airport development with respect to a particular airport Proposal. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner Runway. The area on the airport prepared for the landing and takeoff of aircraft Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically Sponsor. A Sponsor is defined in 49 USC 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an AIP grant for the airport 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, COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 69

71 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 Subgrade. The soil that forms the pavement foundation Superintendent. The Contractor s executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport s runways, aircraft parking areas, and terminal areas Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor s performance of all duties and obligations imposed by the contract, plans, and specifications Working day. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor s control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor s forces engage in regular work will be considered as working days. END OF SECTION 10 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 70

72 Section 20 Proposal Requirements and Conditions Advertisement (Notice to Bidders). Refer to the Notice to Bidders located elsewhere in this contract book Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder s past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder s financial resources and liabilities as of the last calendar year or the bidder s last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder s financial responsibility has changed, the bidder shall qualify the public accountant s statement or report to reflect the bidder s true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current bidder s list of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit evidence of competency and evidence of financial responsibility to the Owner at the time of bid opening Contents of proposal forms. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 71

73 20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner s design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner Preparation of proposal. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor s invitation for bid. It is the Sponsor s responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources Irregular proposals. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner s form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 72

74 20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder s request for withdrawal is received by the Owner in writing or by before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened Disqualification of bidders. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in default for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 73

75 Section 30 Award and Execution of Contract Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder s proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder s proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner s best interests Award of contract. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner Cancellation of award. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder s proposal guaranty will be returned. The successful bidder s proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section Requirements of contract bonds. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor s performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract Execution of contract. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 74

76 with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner s approval to be bound by the successful bidder s proposal and the terms of the contract Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 75

77 Section 40 Scope of Work Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by Change Orders issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer s opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor s surety and separate performance and payment bonds Omitted items. The Engineer may, in the Owner s best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer s opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner s best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 76

78 Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor s equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, firerescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor s performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor s equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) ( unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 77

79 b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor s own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer s approval in advance of such use. Should the Engineer approve the Contractor s request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor s exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 78

80 Section 50 Control of Work Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer s determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer s opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer s written orders. For the purpose of this subsection, the term reasonably close conformity shall not be construed as waiving the Contractor s responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer s responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor s execution of the work, when, in the Engineer s opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term reasonably close conformity is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 79

81 govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final Cooperation of Contractor. The Contractor will be supplied with five copies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others Construction layout and stakes. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor s guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor s surveyor. Survey(s) and notes shall be provided in the following format(s): cad file, point number northing easting - elevation description, or other acceptable format. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 80

82 plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot (15-m) stations Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway minimum five (5) per station b. Taxiways minimum three (3) per station c. Holding apron areas minimum three (3) per station d. Roadways minimum three (3) per station Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway minimum five (5) per station b. Taxiways minimum three (3) per station c. Holding apron areas minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations. b. Between Lifts at 25-foot (7.5-m) stations for the following section locations: (1) Runways each paving lane width (2) Taxiways each paving lane width (3) Holding areas each paving lane width c. After finish paving operations at 50-foot (15-m) stations: (1) All paved areas Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot (15-m) offsets. e. Fence lines at 100-foot (30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 81

83 i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner Automatically controlled equipment. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor s expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor s expense unless the Owner s representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR S RESPONSIBILITY FOR WORK of Section 70. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 82

84 No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor s expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer s notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 83

85 specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor s right to dispute final payment based on differences in measurements or computations Cost reduction incentive. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each. b. An itemization of the contract requirements that must be changed if the proposal is adopted. c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes. d. A statement of the time by which a change order adopting the proposal must be issued. e. A statement of the effect adoption of the proposal will have on the time for completion of the contract. f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 84

86 The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor s cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer s judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner s costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor s cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer s approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor s 50% share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 85

87 Section 60 Control of Materials Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer s option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/ , Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: (Refer to Technical Specifications) Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor s expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor s representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor s representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 86

88 final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer s certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by brand name or equal and the Contractor elects to furnish the specified brand name, the Contractor shall be required to furnish the manufacturer s certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an or equal material or assembly, the Contractor shall furnish the manufacturer s certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed or equal is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have 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 that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications Engineer s field office. (Not required for this project) 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 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 87

89 to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor s plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner s permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor s handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor s handling, storage, or use of Owner-furnished materials. END OF SECTION 60 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 88

90 Section 70 Legal Regulations and Responsibility to Public Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor s employees Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work 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. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: (None) Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner s request to the FAA. In consideration of the United States Government s (FAA s) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 89

91 As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor s parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/ The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. Open-flame type lights shall not be permitted. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 90

92 70-09 Use of explosives. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the Workmen s Compensation Act, or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 91

93 70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such phasing of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: Refer to plans. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/ (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic Contractor s responsibility for work. Until the Engineer s final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury Contractor s responsibility for utility service and facilities of others. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 92

94 Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: Airport and FAA Utilities and Systems Contact: Project Manager Todd Morrison, County of Santa Barbara (805) It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor s opinion, the Owner s assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner s PERSON TO CONTACT no later than two normal business days prior to the Contractor s commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor s failure to give the two days notice shall be cause for the Owner to suspend the Contractor s operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor s operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 93

95 The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety 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 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner s rights under any warranty or guaranty Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor s finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor s operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 94

96 Section 80 Execution and Progress Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner Notice to proceed. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer s approval within 10 days after the effective date of the notice to proceed. The Contractor s progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer s request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 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 Limitation of operations. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor s operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 95

97 Contractor s operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: The contractor is referred to the Technical Specifications and the construction drawings for phasing and airport closure constraints, phasing requirements, and night work operations Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions) Operational safety on airport during construction. All Contractors operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/ The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 96

98 condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer s order to suspend work to the effective date of the Engineer s order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer s order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor s claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport Determination and extension of contract time. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor s control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 97

99 Contractor s control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer s weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the effective dates of the Owner s orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor s plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 98

100 of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Schedule Liquidated Damages Cost Allowed Construction Time Base Bid $ per calender day 110 Working Days Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor s surety as to the reasons for considering the Contractor in default and the Owner s intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor s failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 99

101 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed Work area, storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 200 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 200 feet of an active runway at any time. END OF SECTION 80 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 100

102 Section 90 Measurement and Payment Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term ton will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60 F (16 C) or will be corrected to the volume at 60 F (16 C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 101

103 When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term lump sum when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, lump sum work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales overweighing (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1%. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 102

104 When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the basis of payment subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause Payment for omitted items. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer s order to omit or non-perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer s order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer s order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs Payment for extra work. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 103

105 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, five (5) percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor s option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95% of the work has been completed, the Engineer shall, at the Owner s discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 104

106 d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner s payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection Payment of withheld funds. At the Contractor s option, if an Owner withholds retainage in accordance with the methods described in subsection PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner s deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer s final estimate or advise the Engineer of 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, and after the Engineer s receipt of the project closeout documentation required in subsection Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 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. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 105

107 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor s expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor s expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor s failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor s warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor s expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner s rights with respect to latent defects, gross mistakes, or fraud Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor s final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 106

108 h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as-built drawings or as-constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. l. Equipment commissioning documentation submitted, if required. END OF SECTION 90 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 107

109 Section 100 Contractor Quality Control Program General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $250,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner s representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop Description of program. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at 14 calendar days before the Notice to Proceed. The Contractor s Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 108

110 b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph a and b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer-in-training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 109

111 than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection (2) Performance of all quality control tests as required by the technical specifications and subsection (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 110

112 Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor s Program Administrator. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 111

113 Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician s daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day s work period shall be submitted to the Engineer prior to the start of the next day s work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 112

114 When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor s or subcontractor s work Noncompliance. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 113

115 Section 105 Mobilization Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster Equal Employment Opportunity is the Law in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL Notice to All Employees Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner Basis of measurement and payment. Based upon the contract lump sum price for Mobilization partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 114

116 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) Spreadsheets for PWL calculations are available at the following website: General. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S n ) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, Q L for Lower Quality Index and/or Q U for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor s risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner s risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor s risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified Method for computing PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X = (x 1 + x 2 + x x n ) / n Where: X = Sample average of all sublot values within a lot x 1, x 2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S n ) by use of the following formula: S n = [(d d d d n 2 )/(n-1)] 1/2 Where: S n = Sample standard deviation of the number of sublot values in the set d 1, d 2 = Deviations of the individual sublot values x 1, x 2, from the average value X that is: d 1 = (x 1 - X), d 2 = (x 2 - X) d n = (x n - X) COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 115

117 n = Number of sublots f. For single sided specification limits (that is, L only), compute the Lower Quality Index Q L by use of the following formula: Q L = (X - L) / S n Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with Q L, using the column appropriate to the total number (n) of measurements. If the value of Q L falls between values shown on the table, use the next higher value of PWL. g. For double-sided specification limits (that is, L and U), compute the Quality Indexes Q L and Q U by use of the following formulas: Q L = (X - L) / S n and Q U = (U - X) / S n Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with Q L and Q U, using the column appropriate to the total number (n) of measurements, and determining the percent of material above P L and percent of material below P U for each tolerance limit. If the values of Q L fall between values shown on the table, use the next higher value of P L or P U. Determine the PWL by use of the following formula: PWL = (P U + P L ) Where: P L = percent within lower specification limit P U = percent within upper specification limit Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. EXAMPLE OF PWL CALCULATION 1. Density of four random cores taken from Lot A. A-1 = A-2 = A-3 = A-4 = n = 4 2. Calculate average density for the lot. X = (x 1 + x 2 + x x n ) / n X = ( ) / 4 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 116

118 X = 97.95% density 3. Calculate the standard deviation for the lot. S n = [(( ) 2 + ( ) 2 +( ) 2 + ( ) 2 )) / (4-1)] 1/2 S n = [( ) / 3] 1/2 S n = Calculate the Lower Quality Index Q L for the lot. (L=96.3) Q L = (X -L) / S n Q L = ( ) / 1.15 Q L = Determine PWL by entering Table 1 with Q L = 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = Calculate the average air voids for the lot. X = (x 1 + x 2 + x 3...n) / n X = ( ) / 4 X = 3.57% 3. Calculate the standard deviation S n for the lot. S n = [(( ) 2 + ( ) 2 + ( ) 2 + ( ) 2 ) / (4-1)] 1/2 S n = [( ) / 3] 1/2 S n = Calculate the Lower Quality Index Q L for the lot. (L= 2.0) Q L = (X - L) / S n Q L = ( ) / 1.12 Q L = Determine P L by entering Table 1 with Q L = 1.41 and n = 4. P L = Calculate the Upper Quality Index Q U for the lot. (U= 5.0) Q U = (U - X) / S n Q U = ( ) / 1.12 Q U = Determine P U by entering Table 1 with Q U = 1.29 and n = 4. P U = 93 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 117

119 8. Calculate Air Voids PWL PWL = (P L + P U ) PWL = ( ) = 90 Project: Example Project EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) 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 = Use n=4 and upper 5% significance level of to find the critical value for test criterion = Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if ( ) / 1.15 is greater than Since is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if ( ) / 1.15 is greater than Since is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than ( ) = 99.63% OR less than ( ) = 96.27%. Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Limits (P L and P U ) Positive Values of Q (Q L and Q U ) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 118

120 Percent Within Limits (P L and P U ) Positive Values of Q (Q L and Q U ) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n= COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 119

121 Percent Within Limits (P L and P U ) Negative Values of Q (Q L and Q U ) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n= END OF SECTION 110 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 120

122 SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS 10-1 NOTIFICATION SECTION 10 GENERAL REQUIREMENTS The County shall be supplied at all times with the names and telephone numbers of at least two (2) persons in charge of, or responsible for, the work, who can be reached for emergency work twenty-four (24) hours a day, seven (7) days a week. The Contractor shall notify the County and the Engineer at least forty-eight (48) hours prior to the commencement of any phase of the work on the project PROJECT SCHEDULE, WORK SCHEDULE AND TIME LIMITATIONS It is understood that time is of the essence in starting and completing construction. Therefore, the County intends to award the construction contract in a timely manner and the Contractor shall be prepared to meet the following project schedule: Event Bid Opening: Contract Award: Notice to Proceed: First Day of Construction: Date In accordance with the Notice to Bidders Within 90 days of bid opening Within 2 weeks of acceptance of contract documents including bonds and insurance Within 10 days of the Notice to Proceed This schedule is tentative, and subject to change. The dates for Contract Award and Notice to Proceed could be revised based on approval of the contract by the FAA and based on the time required to secure funding from the FAA and Caltrans. The Contractor shall submit to the Engineer at the preconstruction meeting (or sooner if possible) a work plan and schedule for accomplishment of all work called for by the contract. The Contractor s schedule shall conform to the above schedule TIME OF COMPLETION AND LIQUIDATED DAMAGES The work on the project shall begin in accordance with the project schedule in Section 10-2 after receipt of the "Notice to Proceed" from the County and all work shall be completed within 110 working days after the starting date set forth therein. Should the above time schedule not be met, it is agreed that the Contractor shall be liable for and shall pay to the County, as fixed, agreed, and liquidated damages and not as a penalty, the sum of Five Hundred Dollars ($500.00) per day for each and every calendar day of delay in completion of the work from the date of completion as specified herein or in any written extension of time granted by the County. Times of completion as specified will be enforced. Liquidated damages will be deducted from final payments and do not include overtime inspection charges. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 121

123 10-4 RUNWAY CLOSURE Contractor will be provided two, 6-hour work windows to apply pavement markings at the threshold of Runway 26. Runway will be closed for both periods. Contractor must have radio on at all times and clear the runway for aircraft operations. Contractor to place airport-provided canvas runway closure panels on the runway ahead of the numbers, using contractor-provided delineation weights. Maintain closure crosses while on the runway. Remove and return to the airport when finished TAXIWAY CLOSURE No taxiway closure, this project APRON CLOSURE No apron closure, this project DUST CONTROL The Contractor's attention is directed to Section 17 of the State Specifications. Full compensation for dust control shall be included in other items of work. Additionally, the Contractor shall pay equal attention to keeping all active airfield pavements free and clear of all dirt, dust, gravel, construction residue, etc. If necessary, the Engineer will instruct the Contractor to clean all active pavements at the close of work each day. Said cleaning operation could include mechanical sweeping, vacuum effort and/or adequate blowers, as necessary. The Contractor s responsibility for Dust Control extends over evenings, weekends, holidays, and any extended non-work periods WATERING Watering shall conform to the provisions of Section 17 of the State Specifications and these Special Provisions. The Contractor shall furnish all equipment necessary to apply water required in the various items of work. Water shall be applied at the locations, in the amounts and during the hours as directed by the Engineer. The Contractor shall provide for and pay for his own source of water supply for work on this project. Hydrants in close proximity to the project are served by the Santa Ynez River Water Conservation District. Contact the Water District to discuss the possibility of a construction meter. The Contractor shall, at his own expense, provide facilities for conveying the water from the metered source to the point of use. Full compensation for developing and applying water shall be included in other items of work and no additional allowance will be made therefore PRECEDENCE OF CONTRACT DOCUMENTS The order of precedence of documents shall be: (1) Rules & Regulations of Federal/State Agencies relating to the source of funds for this project, (2) Permits from other agencies as may be required by law, (3) Special Provisions, (4) FAA Technical Specifications, (5) Plans, and (6) General Conditions. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 122

124 Change orders, addendums, supplemental agreements, and approved revisions to plans and specifications will take precedence over documents listed above. Detailed plans shall have precedence over general plans. Whenever any conflict appears in any portion of the contract, it shall be resolved by application of the order of precedence, unless determined otherwise by the Engineer. Additionally, with any conflict or inconsistency with contract document, unless instructed otherwise by the Engineer, the Contractor shall assume that the option or alternative that is more expensive, more labor intensive, and/or takes more time to complete, is the option or alternative required. Work required of the plans, either expressed or implied through the understanding of general, industry-standard construction practice, shall be considered as included in this contract PRECONSTRUCTION MEETING Prior to the start of construction, the Engineer will schedule a meeting with County and Airport representatives, airport tenants and users, utility companies, and the FAA to coordinate the construction with the Contractor so that no delays will be encountered due to conflicts of operation. The Contractor will be called upon to indicate, at this meeting, the proposed operations to accomplish the work. Prior to, or at the preconstruction meeting, the Contractor shall submit a written schedule of work to the Engineer for approval. A "Notice to Proceed" will not be issued until the written schedule has been reviewed and approved by the Engineer PERIODIC CONSTRUCTION MEETINGS Construction progress meetings shall be held twice monthly for the duration of the project. Contractor shall provide a representative at each meeting capable of presenting a detailed discussion regarding construction progress, schedule, cost and time impacts, etc SUBMITTALS Submittals are required for all material intended for use on this project. The Contractor shall provide six (6) identical submittal packages for all material. Each submittal shall be clearly marked indicating all parameters that identify quality, integrity and capability, including but not limited to size, style, class, color, rating, conforming standard, etc. Manufactures cut sheets must be clearly marked. Material mix designs must specifically reference this project, and shall not be more than 6-months old from the date of the start of work on this project. At Contractor option, submittals can be via electronic format,.pdf. Each submittal shall be complete, color, and marked up as previously described. Electronic file names shall be logical and uniform to allow for easy electronic filing and retrieval, one file per submittal (includes transmittal, cover sheet, and submittal material). Re-submittal file shall be a logical progression of the first submittal, for example: Resubmittal for Submittal 4 could be labeled Submittal 4.1 or Submittal 4, rev SHOP DRAWINGS AND CALCULATIONS Shop drawings and calculations shall be prepared for all fabricated components delivered to the site. Calculations shall be prepared under the direction of an engineer, registered in the State of California. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 123

125 Shop drawings and calculations will be considered submittals 6 original, identical copies required PROJECT SUPERINTENDENCE A representative of the general contractor shall be on the project site at all times work is being performed by any contractor and /or subcontractor force. The general contractor representative shall be of a status and position to direct and control the subcontractor, and to take input and direction from the inspector and forward to the subcontractor PORTABLE RESTROOM FACILITIES On-site restroom facilities are not available for use by Contractor forces. The Contractor shall provide restroom facilities at quantities and at locations throughout the project as necessary to adequately serve all general contractor and sub contractor forces working on this project. Portable restroom facilities shall be serviced regularly throughout the duration of the project. Contractor shall assume portable restroom facilities shall be available for twice the contract length PROJECT PLANS Project plans consist of a set of drawings, entitled: AIRPORT SECURITY ENHANCEMENTS, dated June, AS-BUILT PLANS At the start of construction, the Contractor shall be issued a full-size paper set of the project plans marked As-Built. It is the responsibility of the Contractor to mark up and keep current, this set of As-Built Plans, reflecting actual construction that may be different than what was shown on the plans, and identify any existing facilities (above or below ground) that may have not been accurately shown on the plans. As- Built plans shall be kept current and will be reviewed during each pay request POSTING OF WAGE RATES The contractor shall establish and maintain throughout the duration of the project, a project posting bulletin board. The board shall be free standing and shall be established at the primary employee gathering area. The Contractor shall post copies of FAA-provided EEO posters and wage rate sheets from the Contract specifications, and any other pertinent information. The posting board shall provide weatherproof protection of documents for the life of the project MEASUREMENT AND PAYMENT Any costs connected with any of the general requirements outlined in this section including, but not necessarily limited to, submittals, pavement cleaning, scheduling, maintaining access, water, attending meetings, providing general contractor representation at all times sub-contractors or on-site, portable restrooms, etc., shall be included in other items of work and no additional measurement or payment (compensation) will be made there for. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 124

126 11-1 GENERAL SECTION 11 SAFETY AND SECURITY The purpose of this section is to bring to the attention of the Contractor special safety regulations which are required when work is being performed adjacent to operational areas of an airport. The Contractor's attention is directed to FAA AC-150/5370-2F, Operational Safety on Airports during Construction, and these special provisions STORAGE OF EQUIPMENT AND MATERIALS All equipment and materials shall be stored in the designated area showed on the project layout plan OPERATION OF EQUIPMENT Each piece of self-powered equipment or vehicle shall carry, displayed in full view above the vehicle or piece of equipment, a 3-foot square flag consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing amber dome-type light. The Contractor shall seek and gain specific approval for operations of any equipment, cranes, booms, lifts, in excess of 20 feet in height. Work must be scheduled a minimum of 48 hours in advance to allow for review of the proposed activity and issuance of any public notifications, NOTAM s, etc VEHICLE OPERATIONS AND ACCESS A. Refer to the project layout plan for the contractor point of access to the airport. B. All vehicles must use haul routes designed by the County to gain access to the various locations of work. Any deviation from designated haul routes must be approved, in advance, by the County. C. Aircraft taxiing, taking off or landing, emergency vehicles, or airport vehicles shall have right-ofway over all construction vehicles. D. The speed limit of 15 mph, maximum, shall be observed by all construction vehicles on the taxiways or runway. E. Active aircraft maneuvering areas shall be kept clean of dirt, sand, oil, and other foreign material and debris at all times LIMITATIONS ON CONSTRUCTION A. Any open flame, welding, or torch-cutting operations are prohibited unless adequate fire and safety precautions are approved by the Engineer prior to commencement of said operations. B. Any open trenches, excavations and stockpiled material at the construction site should be prominently marked with red flags and/or cones and lighted by light units acceptable to the Engineer during hours of restricted visibility and/or darkness. C. Any debris or waste material deposited on an active runway, taxiway or apron shall be removed COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 125

127 as soon as possible, and in no case shall it be allowed to remain longer than two (2) hours without special permission from the Engineer DELINEATION OF WORK AREAS The Contractor shall be responsible for clearly delineating the limits, or phases, of his operation. Delineation shall be installed in accordance with the typical delineation details shown on the plans. Taxiway or runway closed delineation shall be installed at critical locations that facilitate pilot judgement regarding active movement areas. Delineation left overnight shall be clearly and adequately lighted. Batteries shall be replaced monthly AIR-BAND RADIO The Contractor s foreman shall have an air-band radio in his possession at all times while Contractor forces are on the airfield. The radio must be tuned to a frequency of mhz. The radio shall have adequate battery capacity to assure full operation throughout the work period. The foreman shall be in a position to hear the radio and to direct workers in his charge, as necessary SECURITY Throughout the duration of the project, the security of the airport provided by the perimeter fence and access gates shall remain equal to the pre-project condition. The integrity of the perimeter fence shall remain in-tact during construction. If necessary to facilitate construction, the Contractor shall construct, install, and maintain temporary perimeter fencing of equal or greater integrity than existing. All temporary fence alignments shall be reviewed and approved by the Engineer before installing. Manual access gates normally closed will remain closed. After entering or exiting the airport through an automatic gate, the Contractor shall remain in close proximity to the gate until the gate is fully closed, prohibiting airport access to any other individual. After entering the airport through a manual gate, the Contractor must lock himself in. All manual gates shall be locked after leaving the airport as well. During material import or export operations, the Contractor shall maintain a sentry at the access gate. The sentry shall be prepared to deny access to any unauthorized individuals. The gate shall be locked during all sentry breaks or lunch MEASUREMENT AND PAYMENT Payment for safety and security shall be made at the contract lump sum price bid under Bid Item No. 2 (Safety & Security). This price shall be full compensation for the furnishing of all materials and for all labor, equipment, tools and incidentals necessary to complete the items of work. Safety & Security will be paid at straight line proportions to overall progress on the project. One hundred percent pay for Safety and Security will be realized when a preliminary Final Inspection occurs and a Punch List has been generated. The Contractor s bid price for Safety and Security shall not exceed five percent (5%) of the total amount of the bid. In the event the project includes multiple bid schedules with multiple Safety and Security bid items, the maximum amount of each Safety and Security bid item shall not exceed five percent (5%) of the bid schedule total. Payments made for mobilization will be excluded from consideration in determining compensation under changed conditions. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 126

128 SECTION 12 MOBILIZATION 12-1 MOBILIZATION Mobilization shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, submittals, schedule preparation, and incidentals to the project site; for the establishment of all material storage yards, portable restroom facilities, signage including poster-mounting boards, sanitary facilities, and other facilities as required for work on the project; for the procurement of construction water; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site CONTRACTOR QUALITY CONTROL PROGRAM The contractor shall prepare, submit, and gain approval of a Quality Control Program, in accordance with Section 100 of the FAA Technical Specifications. Once approved, he shall fully implement the Quality Control Program for the duration of the project. At a minimum, the Quality Control Program shall include and address: A. Earthwork B. Subgrade preparation C. Aggregate base D. Concrete improvements E. Drainage improvements F. Asphalt pavement G. Airfield electrical H. SWPPP I. Fence and Gate improvements 12-3 AIR-BAND RADIOS Included in Mobilization, the Contractor shall purchase two (2) air-band radios. One shall be delivered to the airport at the start of the project and one shall be for Contractors use during construction. Upon completion of the project, both air-band radios shall be salvaged to the Airport, to become property of the Airport. Radios shall be industry standard of popular pilot / aircraft owner use, produced by a supplier with over 10 years of experience. Each radio shall include the radio itself, battery (NiMH - 14 hour minimum life), flexible antenna, leather carrying case, wall charger capable of charging the battery alone and the battery while it is attached to the radio, and a 12-volt, automobile type adapter/charger. Radio shall have the ability for scan, or fixed / locked frequency. When the project is complete, the Contractor shall re-package the one radio in his charge into the original box, and deliver to the Airport. Parts and portions of each radio damaged during construction shall be replaced by the Contractor before the radio is delivered to the Airport at the end of the project CONSTRUCTION DELINEATION CONES Included in Mobilization, the Contractor shall purchase 50 orange delineation cones. Each cone shall weight a minimum of 10 pounds, shall approximately 24" high, shall have a square black base of approximately 14" by 14", and shall a minimum of 6" of reflective material in one or more bands around COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 127

129 the cone. The cones shall have SYAP stenciled on all cones, 4 high letters. Cones are for contractors use during the project, to be salvaged to Airport at the end of the project CONSTRUCTION FLAGS Contractor to purchase and salvage to the airport two (2), FAA standard, 3-foot square flag consisting of a checkered pattern of international orange and white squares of not less than one foot on each side VEHICLE LIGHT BARS Contractor to purchase and provide to the Airport at the start of the project two (2) mini light bars for use on airport vehicles. Each light bar shall comply with the following: A. Magnet mount. B. 12VDC with utility plug (cigarette lighter) and 6-foot minimum cord C. Yellow and white LED lights with multiple light flash patterns, 360-degree light distribution. D. Shall include a low power dim option. E. Unit shall be a minimum of 15-inches in length and 8-inches in width. F. Maximum height to be no more than 4-inches POT HOLE EFFORT Included in the mobilization item, is the pot hole effort. Contractor to pot hole at locations for proposed underground improvements where conflict with existing underground facilities could occur. The pot-hole effort shall be scheduled and USA called in advance. The contractor shall have a scribe in attendance during the pot-hole effort prepared and focused on observing and recording utility locations, including pipe / facility size, type, depth, etc., on the contractor as-built plan. Contractor shall present any possible conflicts with proposed improvements before work begins MEASUREMENT AND PAYMENT Payment for mobilization shall be made at the contract lump sum price bid under Bid Item No. 1 (Mobilization).This price shall be full compensation for the furnishing of all materials and for all labor, equipment, tools and incidentals necessary to complete the items of work. Refer to Section 105, Mobilization of the FAA general provisions for the payment schedule. The Contractor s bid price for Mobilization shall not exceed eight percent (8%) of the total amount of the bid. In the event the project includes multiple bid schedules with multiple Mobilization bid items, the maximum amount of each Mobilization bid item shall not exceed eight percent (8%) of the bid schedule total. Payments made for mobilization will be excluded from consideration in determining compensation under changed conditions. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 128

130 13-1 GENERAL SECTION 13 CLEARING, GRUBBING, AND REMOVALS In general, this item shall consist of furnishing all labor, equipment, materials, and effort required to accomplish the following: A. Sawcut. B. Clearing and grubbing, including pavement and aggregate base removal down to the top of existing subgrade, as specified on the demolition plan. C. Removal and off-site disposal of deleterious material, and miscellaneous items identified on the demolition plan. D. Loading, hauling, and off-site disposal to facilities legally licensed to accept material, including payment of all disposals / processing fees STANDARDS A. The work shall comply with FAA item P-151 (Clearing and Grubbing), included in the FAA Technical Specifications section of this contract booklet. B. All pavement removal shall comply with FAA item P-101 (Surface Preparation), included in the FAA Technical Specifications section of this contract booklet. C. All work of this section shall comply with the recommendations included in the Soils Engineering Report, Earth Systems Pacific, included elsewhere in this contract booklet. D. In the case of conflict or discrepancy between these specifications, the specifications included in the FAA Technical Specifications, or the requirements and directions provided in the Soils Engineering Report, the Contractor shall assume that the option, direction, or instruction that is most stringent, more expensive to implement and that takes more time to implement, is the intended requirement. The Contractor is required to present any discrepancies to the Engineer for clarification as soon as they are recognized or discovered SAWCUT A. Pavement sawcut is required, where shown on the plans, to facilitate removal existing material, and to provide a clean, uniform vertical edge for match and join paving. B. Sawcut, where required shall be cut on a neat, uniform line, with a power-driven saw to a minimum depth of 3-inches or as necessary to assure a clean break, before removing the pavement. The alignment shall be straight and smooth, with the layout having been pre-approved by the Engineer. Sawcut at the match and join locations shall be to the depth required to facilitate a full-depth pavement section. C. Should the cut edge of the pavement be damaged during construction, the damaged edge shall be re-cut at the Contractor s expense in an alignment approved by the Engineer prior to any paving. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 129

131 D. The Contractor is responsible for securing his own source of water to be used in the cutting process. The Contractor shall retain all residual cutting fluids, removing and disposing these fluids off the project CLEARING AND GRUBBING A. Clearing and grubbing: Clearing and grubbing shall consist of the removal and disposal of all materials, roots, trees, brush, vegetation, fences, posts, signs, structures and other foreign objects located in the proposed area of construction. All materials removed shall be disposed off-site in a facility lawfully licensed to accept the type of materials so designated. The work of this item extends to the physical limits of earthwork, grading, and construction of this project. In those areas where grasses exist, the Contractor shall strip off the top 2" to 4" (+) of soil and dispose of this vegetated top soil off site. Material cannot be placed or disposed of adjacent to or within the work area. It shall be the Contractor s responsibility to thoroughly inspect the project site prior to the preparation of his/her bid to insure that all items that need to be removed during clearing and grubbing operations are considered as included in this item of work. B. Removal of drainage facilities: To facilitate construction of the improvements of this project, the Contractor shall remove and dispose portions of existing drainage facilities. Removal shall be accomplished in such a manner so-as to not damage or destroy facilities intended to remain, and may require saw-cutting and special pry-bars and slings. Drainage facility removal includes parts, portions, or all of concrete drainage headwalls, concrete aprons and drainage inlets, catch basins and drainage outlets. C. Removal of asphalt pavement and concrete flatwork, curbs, ditch, curbs and gutters, valley gutters, dike, tie-down anchors, rail road ties, head walls and short retaining walls. Within this item of work, the contractor shall remove and dispose off-site existing concrete improvements designated for removal or required to be removed to accommodate construction of new improvements. Concrete shall be broken into manageable parts and pieces, and hauled off the airport. At the contractors option, the removed existing asphalt and portland cement concrete pavement material can be broken up into 2 maximum sized pieces and placed in the subgrade of proposed pavement sections. The material will not be considered as aggregate base. D. Removal of deleterious material: All deleterious material within the limits of earthwork, grading, and construction shall be removed from the site, including but not limited to concrete and asphalt rubble, asphalt dike, posts, rip-rap, old forms, tires, aircraft tie-down anchors, irrigation pipe, railroad ties, stakes, etc. E. Save and protect all items that are identified on the demolition plan. F. Disposal of materials: All removed materials shall be disposed of off the property at facilities licensed to receive said material. Material shall be transported to licensed facilities in street legal, tarped, loads. The Contractor shall pay all fees and disposal costs for disposal. Recycled asphalt pavement / aggregate base materials generated on the project but not placed or consumed back COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 130

132 into the project shall become the property of the contractor, for his off-site use, or to an acceptable recycle facility or end use. The contractor shall provide documentation of all disposed materials. Documentation shall include date, description of materials, approximate quantity (volume of weight, as appropriate), receiving facility, and cost to dispose. For recycled asphalt material, the Contractor shall identify the final destination of the material or, if appropriate, words to the effect: Contractor storage yard for future use as a recycled aggregate base material. G. Filling of voids and depressions: All depressions and voids created during clearing and grubbing operations shall be filled and compacted prior to the start of construction. Compaction of voids and depressions shall meet the requirements as set forth in the section for Earthwork or as directed by the Engineer. H. The clearing and grubbing effort shall extend down to the top of the existing subgrade FINAL ACCEPTANCE A. Final acceptance will be based on field inspection and confirmation that all materials have been removed. B. All items intended to be protected in place are not damaged. C. Receipt of documentation for off-site disposal of all materials. D. The completion of the clearing and grubbing effort shall allow for the excavation and embankment effort to begin MEASUREMENT AND PAYMENT Measurement for payment for sawcut, performed and completed in accordance with these specifications, shall be the number of lineal feet of sawcut, as measured in the field. Payment for sawcut will be made at the contract unit price per lineal foot under Bid Item No. 3 (Sawcut). Measurement of Clearing, Grubbing, and Removals, shall be on a lump sum basis for successfully completing clearing, grubbing, removal, and disposal as described in this specification, confirmed through field inspection, and field measurement. Payment for Clearing, Grubbing, Removal and Disposal shall be at the contract lump sum bid price for Bid Item No. 4 (Clearing, Grubbing, and Removals). Said payment as described shall be considered as full compensation for the furnishing of all materials and for all labor, equipment, tools, disposal fees, and incidentals necessary to complete these items of work. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 131

133 SECTION 14 EARTHWORK 14-1 GENERAL In general, the work included in this section includes the following: A. Excavation and embankment. B. Subgrade preparation. C. Excess earth disposal. D. Moisture conditioning (wetting or drying as appropriate) of all earthwork operations, E. Dust control. F. Environmental and unsuitable subgrade allowance work. G. Miscellaneous grading and dressing STANDARDS A. The work shall comply with FAA item P-152 (Excavation and Embankment), included in the FAA Technical Specifications section of this contract booklet. B. All work of this section shall comply with the recommendations included in the Soils Engineering Report, Earth Systems Pacific, included elsewhere in this contract booklet. C. In the case of conflict or discrepancy between these specifications, the specifications included in the FAA Technical Specifications, or the requirements and directions provided in the Soils Engineering Report, the Contractor shall assume that the option, direction, or instruction that is most stringent, more expensive to implement and that takes more time to implement, is the intended requirement. The Contractor is required to present any discrepancies to the Engineer for clarification as soon as they are recognized or discovered EXCAVATION AND EMBANKMENT A. Excavation and embankment operations shall proceed in accordance with the Construction Standards, with moisture conditioning occurring continuously. B. The excavation and embankment effort shall include all energy, after the clearing and grubbing effort, to allow for subgrade preparation to begin. C. At those locations within the grading limits of the project where the existing grade is above the design finish grade or subgrade, as appropriate, the Contractor shall perform an earth cut operation down to six 6 inches below finish grade or subgrade. The exposed surface at this level shall then be ripped a minimum of six (6) inches, moisture conditioned, and compacted in-place to not less than 95% relative compaction, when measured in accordance with ASTM D-698. The Contractor shall obtain Engineer and materials testing lab acceptance of the completed effort to COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 132

134 this level, before proceeding on with the next subgrade preparation effort. Once the desired minimum compaction level has been achieved at this level, the Contractor shall then place, moisture condition, and compact the twelve (12) inches of grade or subgrade material that had been temporarily stockpiled. This material shall be worked and compacted in even lifts, and brought up evenly throughout the work area, to a density of 95%, when measured in accordance with ASTM D-698. D. At those locations within the grading limits of the project where the existing grade is below the design finish grade or subgrade, as appropriate, the Contractor shall perform an earth fill operation. After clearing and grubbing is complete, the exposed surface at this level shall then be ripped a minimum of six (6) inches or twelve (12) inches below subgrade elevation, whichever is greater, moisture conditioned, and compacted in-place to not less than 95% relative compaction, when measured in accordance with ASTM D-698. The Contractor shall obtain Engineer and materials testing lab acceptance of the completed effort to this level, before proceeding on with the next subgrade preparation effort. Once the desired minimum compaction level has been achieved at this level, the Contractor shall then place, moisture condition, and compact the six (6) inches of grade or subgrade material that had been temporarily stockpiled. This material shall be worked and compacted in even lifts, and brought up evenly throughout the work area, to a density of 95%, when measured in accordance with ASTM D-698. E. At those locations where removals of existing material and components have created a void, the bottom of the removal area shall be graded smooth and level, moisture conditioned, and compacted. The elevation of the excavation shall be raised in 6-inch maximum intervals, with native or import earth material. Each lift shall be properly moisture conditioned and compacted to 95% before work on the next lift can begin. This process shall continue to the top of subgrade. F. At those locations within and around the perimeter of the project footprint, miscellaneous grading including shoulder backing may be required to facilitate intended surface drainage patterns, smooth transitions from one construction element to another, and smooth transition back to existing. After all clearing and grubbing is complete, and after all earthwork and subgrade preparation is complete, and after all construction of designed improvements is complete, the contractor and the inspector shall walk the site and review all surface grading slopes, and patterns. Miscellaneous grading including shoulder backing shall include cut and fill to acceptable finished slopes and grades, backfilling and compacting against constructed improvements, etc. Absent any more specific direction on the plans and details, miscellaneous grading shall be with select native material, free of rocks and clods, placed, moisture-conditioned, and compacted to not less than 90% relative density. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 133

135 G. Minimum compaction requirements: Exposed earth finish grades within the limits of the work, whether constructed through excavation or embankment operations Subgrade section immediately below aggregate base or recycled aggregate material Under concrete valley gutters, and aprons & any associated import bedding material Miscellaneous grading areas including shoulder backing 95% in top 12 inches 95% in top 12 inches 95% in top 12 inches 90% in top 12 inches Maximum density shall be measured in accordance with ASTM D-698. H. Excavation/demolition shall be performed as indicated on the plans to the lines, grades, and elevations shown or as directed by the Engineer. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials in an approved manner and condition, at his own expense. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. I. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains, drainage ditches, and/or de-watering pumps shall be installed to intercept or divert surface water which may affect the work. Temporary facilities constructed shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. The effort to keep the site dry shall extend over weekends, holidays, and extended non-work periods, including times when it is actually raining. Furthermore, the contractor shall assume the effort to keep the site dry shall extend for the duration of the identified contract time plus 50%. J. The Contractor shall comply with the grading tolerances, and protection of subgrade requirements identified in the Standards. K. No base course shall be placed on the subgrade until the subgrade has been approved by the Engineer. L. The Contractor shall implement a dust control program at the start of the earthwork operation, and maintain the dust control effort until final acceptance by the Engineer. Dust control obligations extend over weekends, holidays, and extended non-work periods, for whatever reason. The Contractor is encouraged to start and complete specific work areas as he progresses through the extent of the project, rapidly progressing from clearing and grubbing to final acceptance of the graded and compacted surface to application of hydro-seed erosion control material. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 134

136 14-4 EXCESS MATERIAL DISPOSAL A. The project, including the work of each individual bid schedule, will result in an excess amount of material, earth and aggregate base. All excess earth and aggregate base shall become the property of the contractor. Excess earth and aggregate base shall be loaded into street-legal trucks and loads, tarped, and hauled off the airport. The contractor is responsible for all permits and approvals necessary for off-haul and for final disposition / disposal of earth and aggregate base material. B. On-site temporary earth stockpiles. The Contractor is responsible for any temporary on-site earth stockpiles and for restoration of temporary earth stockpile sites after the material has been removed from the airport. Responsibility includes environmental (erosion, dust, and sediment control), restoration of any surface drainage patterns, permanent restoration (hydro-mulch - turf, pavement), traffic control (delineation), etc ENVIRONMENTAL / UNSUITABLE SUBGRADE ALLOWANCE A. Environmental Allowance. In the event work and progress on the project is impacted by a presently unknown environmental issue, the Contractor will be directed to address the issue by the Engineer in a mutually agreed upon manner. The hazardous materials allowance provides a potential funding source for this effort. Through consultation with the Owner, Contractor, the materials testing lab, and any other appropriate resource, the Engineer shall establish the approach to address the environmental issue, and the point in time in which Allowance work will begin. The Contractor will proceed with the same level of attention, detail, men, tools, and equipment as representative of his work to that point, until resolution of the environmental issue has been resolved. At such time, the Contractor will resume contract work. In the event the environmental issue is beyond the management, work force, capabilities, and expertise of the Contractor, the Owner and Engineer may elect to retain the services of a third party Contractor to address and resolve the issue. The project Contractor shall facilitate all third party efforts, providing access and support as necessary to promote a timely resolution to the issue. B. Unsuitable Subgrade Allowance. In the event work and progress on the project is impacted by a presently unknown subgrade instability issue, the Contractor will be directed to address the issue by the Engineer in a mutually agreed upon manner. The unsuitable subgrade allowance provides a potential funding source for this effort. In the event the Engineer determines that the Contractor is encountering subgrade material that is unsuitable for use within the new structural section, or that the Contractor is encountering unsuitable material at an elevation below the subgrade that is adversely impacting the Contractors ability to achieve density and stability, the Engineer may exercise this allowance. Work within this allowance could include removal and off-site disposal of unsuitable material, purchasing, COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 135

137 placing and compacting select import material, purchasing and placement of subgrade reinforcing fabric, lime or cement treatment of subgrade materials, or other suitable activities or combination of activities deemed appropriate by the engineer and the materials lab. It should be understood that over-wet does not necessarily mean unsuitable. The Contractor shall not assume that this allowance eliminates his requirement to work with and perform a good faith effort working with existing subgrade soils, within the requirements of the earthwork, embankment, and subgrade preparation items. C. Materials. Required materials for either condition are unknown at this time, but could include environmental barrier fencing, material containers, subgrade reinforcing fabric or geo-grid, import clean earth or base material, etc. D. Notification. The Engineer will be immediately notified in the event the Contractor encounters an hazardous materials or subgrade instability issue that he feels presents a hazard to his staff and the public, is impacting his ability to proceed, and/or warrants special attention. The Contractor shall not assume that any work he is performing is within the Allowance category until he is specifically told so in writing ACCEPTANCE A. All graded and compacted subgrades and finished grades shall be firm, smooth, dense, and unyielding. All miscellaneous surface grading shall have been accomplished to the satisfaction of the engineer. B. All excess earth and aggregate base shall have been satisfactorily removed and disposed off the airport. C. Earthwork equipment shall have been satisfactorily removed from the project. D. All haul routes shall be clean and the earth stockpile area dressed to the satisfaction of the Engineer. E. All required densities have been met, and the materials lab has documented acceptable re-tests for each failed density test. F. Subgrade preparation effort can begin. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 136

138 14-7 MEASUREMENT AND PAYMENT Measurement of Subgrade Preparation shall be on a square yard basis for each square yard of subgrade acceptably constructed, as measured in the field jointly by the contractor and the inspector. Progress measurement will occur as work progresses, based on acceptable compaction test results. Payment for Subgrade Preparation shall be at the contract unit price per square yard for Bid Item No. 7 (Subgrade Preparation). Included in the subgrade preparation effort is all moisture conditioning and compacting of the earth material. UNLESS A SIGNIFICANT CHANGE IN LINES, GRADES, AND/OR ELEVATIONS ARE MADE BY THE ENGINEER DURING THE COURSE OF CONSTRUCTION, THE ESTIMATED QUANTITY WILL BE THE FINAL PAY QUANTITY. Measurement of Excavation shall be on a cubic yard basis for each cubic yard of earth acceptably cut, from the cleared and grubbed surface, down to finish grade or finish subgrade, which ever is lower, moisture conditioning of the material, compaction, transport of excess material off the property, and restoration of any temporary on-site earth stockpiles, as measured in the field jointly by the contractor and the inspector. Progress measurement will occur as work progresses, based on acceptable compaction test results. Payment for Excavation shall be at the contract unit price per cubic yard for Bid Item No. 5 (Excavation). Included in the Excavation effort is all moisture conditioning and compacting of the earth material being worked. The measured volume of excavation is from the existing grade topo surface to design finish grade or subgrade, which ever is lower. UNLESS A SIGNIFICANT CHANGE IN LINES, GRADES, AND/OR ELEVATIONS ARE MADE BY THE ENGINEER DURING THE COURSE OF CONSTRUCTION, THE ESTIMATED QUANTITY WILL BE THE FINAL PAY QUANTITY. Measurement of Embankment shall be on a cubic yard basis for each cubic yard of earth acceptably filled, from the cleared and grubbed surface and/or from the cut surface, which ever is lower, up to design finish grade or finish subgrade, which ever is higher, moisture conditioning of the material, compaction, transport of excess material off the property, and restoration of any temporary on-site earth stockpiles, as measured in the field jointly by the contractor and the inspector. Within embankment areas, all fill placed in embankment, regardless of depth, shall be moisture conditioned and compacted. Progress measurement will occur as work progresses, based on acceptable compaction test results. Payment for Embankment shall be at the contract unit price per cubic yard for Bid Item No. 6 (Embankment). Included in the Embankment effort is all moisture conditioning and compacting of the earth material being worked. The measured volume of embankment is from the existing grade topo surface to design finish grade or subgrade, which ever is higher. UNLESS A SIGNIFICANT CHANGE IN LINES, GRADES, AND/OR ELEVATIONS ARE MADE BY THE ENGINEER DURING THE COURSE OF CONSTRUCTION, THE ESTIMATED QUANTITY WILL BE THE FINAL PAY QUANTITY. Measurement of Unsuitable Subgrade / Hazardous Materials Allowance shall be on a Time and Materials Basis, substantiated with daily work order tickets provided to the on-site inspector at the end of work each day, along with all material purchase orders. These tickets must show all men, equipment, and materials used on Allowance work for each day that Allowance work occurs. Payment shall be for the documented costs associated with the Allowance effort. The mark up for all purchased products and for all 3 rd party contracted services shall be no more than 10%, overhead and all other adders included. Payment shall be made under the Time and Materials Allowance of Bid Item No. 8 (Unsuitable Subgrade Allowance). IT IS UNDERSTOOD THAT THE FINAL PAYMENT FOR THESE ITEMS COULD RANGE FROM 0% to 100% OF THE IDENTIFIED ALLOWANCE. The contractor shall be responsible for any on-site temporary earth stockpiles and for any and all permits and approvals necessary to acceptable, legal, off-site disposal of excess materials. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 137

139 Payments as described shall include all moisture conditioning, site protection, and compaction efforts as necessary to achieve the project requirements as identified on the plans, details, and typical sections. No payment or measurement for payment will be made for suitable materials removed, manipulated and replaced in order to obtain density. Any removal, manipulation, aeration, replacement and recompaction of suitable materials necessary to obtain the required density shall be considered as incidental to the excavation, embankment, and subgrade preparation operations, and shall be performed by the Contractor at no additional cost to the project. No payment will be made separately or directly for haul on any part of the work. All hauling will be considered as necessary and as an incidental part of the work and its cost shall be considered by the Contractor as included in the contract unit of work involved. In addition, no payment will be made for surface grading and dressing of the earth disposal site. Payments, as described, shall be full compensation for the furnishing of all materials and for all labor, equipment, tools and incidentals necessary to complete these items of work. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 138

140 15-1 GENERAL SECTION 15 PORTLAND CEMENT CONCRETE IMPROVEMENTS This item shall consist of portland cement concrete improvements, cast-in place, including the following: A. Portland cement concrete curb and gutter B. Portland cement high-side curb and gutter C. Modified portland cement concrete curb and gutter All items shall be constructed in accordance with these specifications, at the locations, details, lines and grades as shown on the plans MATERIALS AND STANDARDS A. Material, workmanship, methods, and procedures shall comply with the following FAA Specifications, included elsewhere in this specification booklet: a. P-610: Structural Portland Cement Concrete B. Material, workmanship, methods, and procedures shall comply with the following State (Caltrans) Standards: a. Section 51: Concrete Structures b. Section 52: Reinforcement c. Section 90: Portland Cement Concrete C. Material, workmanship, methods, and procedures shall comply with the specifications of this section. D. In the case of conflict or discrepancy between these specifications, the specifications included in the FAA Technical Specifications, or the State specifications, the Contractor shall assume that the option, direction, or instruction that is most stringent, more expensive to implement and that takes more time to implement, is the intended requirement. The Contractor is required to present any discrepancies to the Engineer for clarification as soon as they are recognized or discovered. E. Concrete shall be Class A, exhibiting a 28-day compressive strength of not less than 3,000 psi. F. Reinforcing steel shall be grade 40, deformed, of the size called out on the plans. Minimum lap shall be 12", unless shown otherwise. Minimum concrete cover to be 3". G. Expansion material shall be minimum, 5/8 thick cut and installed to the full depth of the concrete section. H. Concrete cure shall be spray-applied, with material conforming to the identified standards CONSTRUCTION METHODS A. Excavation for the various structures and improvements shall be made to the required width and depth and the subgrade upon which the item is to be constructed shall be compacted to a firm uniform grade. All soft and unsuitable material shall be removed and replaced with suitable COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 139

141 approved material. When required, a layer of approved granular material, compacted to the thickness indicated on the Plans, shall be placed to form a stable base. The base course shall be checked and accepted by the Engineer before placing and/or pouring of concrete. B. All concrete structures shall be fully formed, from top to bottom. The use of slip forms is not allowed. C. Concrete shall not be placed until all the forms and reinforcement 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 the forms shall be smooth and free from irregularities, dents, sags, and holes. D. The contractor shall pre-moisten all subgrades, beddings, forms, etc., immediately prior to pouring concrete. E. Upon removal of all forms, all tie wires shall be removed back into the section, and the exposed surface of all vertical walls shall be treated to address air pockets tie-wire holes, etc. All irregularities in the wall surface including form mis-match, form bleed, etc., shall be repaired to the satisfaction of the engineer, if possible, otherwise the wall shall be removed and reconstructed. All out-of-plumb walls and non-square corners shall be removed and reconstructed. Minor defects shall be repaired with mortar containing 1 part cement and 2 parts fine aggregate. F. All poured concrete shall be mechanically vibrated into position as the pour takes place. G. All forms shall be in place a minimum of 24 hours after the pour. No work against any poured concrete can occur for a minimum of seven (7) days after the day of pour. H. All curbs and gutters must be float tested before final acceptance. Localized ponds, bird baths, or other similar surface irregularities shall be repaired or removed and replaced to the satisfaction of the engineer. I. Surface finish of all concrete work shall be rough-broom. J. The concrete shall be tamped and/or vibrated until it is consolidated and mortar entirely covers and forms the top surface. The surface of the concrete shall be floated smooth and the edges rounded to the radii as shown on the details on the Plans. Before the concrete is given the final finishing the surface shall be tested with a 10-foot straight edge, and any irregularities of more that 1/4-inch in 10 feet shall be eliminated. K. Backfilling of structures shall be performed until the concrete has set sufficiently. The area adjacent to the structure shall be filled to the required elevation with select materials or the materials specified on the Plans and compacted to at least 95% of maximum density as determined by ASTM D 698. L. Excess portland cement concrete and the concrete washout material shall be considered as a hazardous waste. The contractor shall employ industry standard means and methods for proper disposal. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 140

142 15-4 MEASUREMENT AND PAYMENT Measurement for payment for PCC curb and gutter, performed and completed in accordance with these specifications, shall be the number of lineal feet of curb and gutter, as measured in the field. Payment for PCC curb and gutter will be made at the contract unit price per lineal foot under Bid Item No. 9 (PCC Curb and Gutter). Measurement for payment for PCC high side curb and gutter, performed and completed in accordance with these specifications and the details on the plans, shall be the number of lineal feet of PCC high side curb and gutter, as measured in the field. Payment for PCC high side curb and gutter, will be made at the contract unit price per lineal foot under Bid Item No. 10 (PCC High-Side Curb and Gutter,). Measurement for payment for PCC modified curb and gutter, performed and completed in accordance with these specifications and the details on the plans, shall be the number of square feet of PCC modified curb and gutter constructed, as measured in the field. Payment for PCC modified curb and gutter will be made at the contract unit price per lineal foot under Bid Item No. 11 (PCC Modified Curb and Gutter). Payments as described for each of the items successfully constructed shall be considered as full compensation for furnishing all tools, equipment, labor, materials, site preparation, excavation, forming, backfilling, connection to other structures and incidental work necessary to construct each item of work complete and in place. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 141

143 SECTION 16 UTILITY WORK AREA IMPROVEMENTS 16-1 GENERAL In general, this item shall consist of demolition, removal, and improvements to the utility work area identified on the plans, including: A. Sawcut and removal of existing asphalt and concrete. B. Removal of excess earth, and stockpile on-site. C. Earthwork and subgrade preparation. D. Placement of aggregate base. E. Install cast iron spool and raise existing fire hydrant. F. Construct asphalt pavement patch work, concrete curb and gutter, concrete key pad controller foundation, cast-in-place concrete retaining wall, and concrete utility slab. G. Drainage improvements, including installation of catch basin, area drain, and storm drain. H. Miscellaneous hand grading around retaining walls, including installation of perforated pipe. I. Adjust existing monitoring wells, up to 6 total MATERIALS AND STANDARDS A. Material, workmanship, methods, and procedures shall comply with the following FAA Specifications, included elsewhere in this specification booklet: a) P-101: Surface Preparation b) P-151: Clearing and Grubbing c) P-152: Excavation, Subgrade, and Embankment d) P-610: Structural Portland Cement Concrete e) D-701: Pipe for Storm Drains and Culverts f) D-751: Manholes, Catch Basins, Inlets, and Inspection Holes B. Caltrans Standard Specifications C. Santa Ynez River Water Conservation Distirct 16-3 WORK A. Sawcut Sawcut work and construction methods shall comply with section 13 (Clearing, Grubbing, and Removals) of this specification booklet. B. Removal and disposal of existing asphalt and concrete Removal and disposal of existing asphalt and concrete work and construction methods shall comply with section 13 (CLEARING, GRUBBING, AND REMOVALS) of this specification booklet. Limits of removal shall be in accordance with the lines and details on the plans. C. Earthwork, hand grading, and subgrade preparation Earthwork, hand grading, and subgrade preparation work and construction methods shall comply COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 142

144 with section 14 (EARTHWORK) of this specification booklet. Placement of perforated pipe and fabric shall be in accordance to the details shown on the plans. D. Install cast iron spool and raise existing fire hydrant Work shall be in conformance with water district standards. Perform all work with the inspector in attendance. Coordinate temporary shut down with the Fire Department. Close the valve, and remove the hydrant. Install a ductile iron spool and two new gaskets, one each side. Reinstall the hydrant using new bolts. Address any leaks in the hydrant, pipe, or spool. E. Construct asphalt pavement patchwork Construction of asphalt pavement patch section shall comply with typical section shown on the plans. Aggregate base construction methods shall comply with section 17 (AGGREGATE BASE) of this specification booklet. Caltrans asphalt pavement construction shall comply with section 18 (ASPHALT CONCRETE, CALTRANS TYPE A) of this specification booklet. F. Concrete curb and gutter Construction of high-side curb and gutter shall be in accordance with the details shown on the plans. Aggregate base construction methods shall comply with section 17 (AGGREGATE BASE) of this specification booklet. Portalnd cement concrete construction shall comply with section 15 (PORTLAND CEMENT CONCRETE IMPROVEMENTS) of this specification booklet. G. Concrete key pad controller foundation Construction of concrete key pad controller foundation shall be in accordance with the detail shown on the plans. Portalnd cement concrete construction (including steel rebar) shall comply with section 15 (PORTLAND CEMENT CONCRETE IMPROVEMENTS) of this specification booklet. Base plate dimensions, steel rebar material and placement, and steel embedment shall be verified by the engineer before pouring concrete. H. Cast-in-place concrete retaining wall Construction of the cast-in-place portland cement concrete retaining wall including continuous footing shall be in accordance to the lines and details on the plans. Portland cement concrete construction (including steel rebar) shall comply with section 15 (PORTLAND CEMENT CONCRETE IMPROVEMENTS) of this specification booklet. Engineer shall check alignment, height and width of all forms before concrete is poured. All reinforcing steel rebar location and integrity shall be verified by the engineer before concrete is poured. In the event a wall irregularity is constructed, the engineer will have sole authority to determine the extent of wall removal and reconstruction. Wall construction includes installation of perforated wall drain pipe and aggregate backfill material as shown on the plans. No backfill against vertical cast concrete elements for not less than seven days. I. Concrete utility slab Construction of portland cement concrete utility slab section shall be in accordance with the details shown on the plans. Aggregate base construction methods shall comply with section 17 (AGGREGATE BASE) of this specification booklet. Portland cement concrete construction shall comply with section 15 (PORTLAND CEMENT CONCRETE IMPROVEMENTS) of this specification booklet. After the slab is poured, the concrete shall be scored in an evenly spaced square pattern, 10 foot maximum spacing. Engineer on-site will direct the contractor with the scoring pattern. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 143

145 J. Drainage improvements Installation and construction of catch basin, area drain, and storm drain shall be in accordance with the details shown on the plans. Also construct hand formed concrete transition from the existing concrete valley gutter to the new surface drainage component of this item. The overall effort shall comply with section 19 (Drainage Improvements) of this specification booklet. K. Adjust monitoring wells Contractor shall adjust to finish grade six (6) individual monitoring wells a. Work shall include coordination with the County of Santa Barbara Environmental Health Department. Call and facilitate a site visit before adjusting wells. b. Document the existing height / elevation of each well cover. c. Perform earthwork around each well, protecting and preserving the well. d. Install pipe extensions as necessary to set the cover at the adjusted elevation. e. Re-using the existing well cover when possible, install a new pre-cast concrete well cover box around the top. Cast the box using concrete. Document the new adjusted elevation of the cover. f. Gain Health Department approval of all the work of this item ACCEPTANCE A. In general, all acceptance requirements listed in the following sections, included elsewhere in this specification book, shall comply with the acceptance of the overall effort of the utility work area improvements: a. Section 13 (CLEARING, GRUBBING, AND REMOVALS) b. Section 14 (EARTHWORK) c. Section 15 (PORTLAND CEMENT CONCRETE IMPROVEMENTS) d. Section 17 (AGGREGATE BASE) e. Section 18 (ASPHALT CONCRETE, CALTRANS TYPE A) B. All finish grades were satisfied and approved of by the engineer. C. All cast-in-place concrete was finished and cured in accordance with the specifications or the direction of the engineer. All concrete scoring was in accordance with the engineer s layout MEASUREMENT AND PAYMENT Measurement of utility work area shall be on a job lot basis for acceptably performing all work in this section, in accordance with the Plans and Specifications. There will be no specific Measurement for items of work included here that are also included elsewhere on the project. For example, sawcut required of Utility Work Area Improvements will be included in the job lot measurement and lump sum payment for Utility Work Area Improvements item, and not included in the sawcut bid item. The work of this area, along with the monitoring well adjustment work, is to be considered stand-alone. Payment for this item shall be at the contract lump sum price under Bid Item No. 12 (Utility Work Area Improvements). Payments as described for each of the items successfully constructed shall be considered as full compensation for furnishing all tools, equipment, labor, materials, site preparation, excavation, embankment, compaction, forming, backfilling, connection to other structures and incidental work necessary to construct each item of work complete and in place. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 144

146 SECTION 17 AGGREGATE BASE 17-1 GENERAL This item consists of a base course composed of aggregate material constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans MATERIALS AND CONSTRUCTION Aggregate base shall be Class 2, 3/4-inch maximum and shall meet the requirements as set forth in Section 26 of the State Standard Specifications. The use of reclaimed aggregates will not be permitted in the manufacture of Class 2 aggregate base. Class 2 aggregate base shall be placed on a constructed, compacted, unyielding, and approved aggregate subbase course. Class 2 aggregate base shall be moisture conditioned and compacted to not less than 100% or 95%, as indicated in each detail, of the maximum dry density when measured in accordance with ASTM D-698. If the density is unclear on the drawings, assume a maximum dry density of not 100% 17-3 MEASUREMENT AND PAYMENT The quantity of aggregate base to be paid for shall be the number of tons of material placed, watered, compacted and accepted in the completed course. The Contractor shall be responsible for furnishing the Engineer with a daily record of the weight of all material which is to be paid for by the ton and which has been delivered to the project site. Said record shall be certified for authenticity of Scale Weights by a Public Weighmaster and shall become the basis of payment of the materials itemized therein. Payment will be made at the contract unit prices per ton for Aggregate Base bid under Bid Item No. 13 (Aggregate Base). This price shall be full compensation for furnishing all materials and for all operations, hauling and placing of this material, and for all labor, equipment, tools, watering and incidentals necessary to complete the item. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 145

147 18-1 DESCRIPTION SECTION 18 ASPHALT CONCRETE, CALTRANS TYPE A A. General. This work shall consist of furnishing and mixing aggregate and asphalt binder at a central mixing plant, spreading, and compacting the mixture as specified in these SPECIFICATIONS and as shown on the PLANS including: a) Roadway reconstruct b) Asphalt dike c) Trench repair Asphalt concrete shall be California State Type A, 1/2 inch maximum aggregate (medium) and shall be produced in a batch mixing plant, a continuous pugmill mixing plant or a drier-drum mixing plant. Proportioning shall be either by hot-feed control or cold feed control. B. Job Mix Formula. No bituminous mixture for payment shall be produced until a job mix formula conforming to California State Standards has been approved by the Engineer. The Type A, 1/2- inch maximum, medium job mix formula shall be a recent (less than 6 months old) Caltrans mix design or a mix design shall be prepared specifically for this project. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least twenty (20) working days prior to the start of paving operations. The job mix formula submittal shall include test property curves (unit weight, percent voids, and Hveem stability vs. percent asphalt) and all test data used to develop the job mix formula. The approved job mix formula 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 shall be established before the new material is used. C. Prequalification of Materials. The Contractor shall provide all test results for prequalification of materials used in this item. Submittals of these test results shall be made with the job mix formula no less than twenty (20) working days prior to placement of materials. No separate payment will be made for prequalification tests MATERIALS A. Asphalt Cement. Asphalt cement shall be PG Asphalt shall conform to Section 92, "Asphalts," of the State Standard Specifications. B. Aggregate. All aggregates shall be clean and free from decomposed materials, organic material and other deleterious substances. Coarse aggregate is material retained on the No. 4 sieve; fine aggregate is material passing the No. 4 sieve; and supplemental fine aggregate is added fine material passing the No. 30 sieve, including dust from dust collectors. The combined aggregate, prior to the addition of asphalt binder, shall conform to the requirements of this Section. Aggregate samples for testing will be obtained from plant bins or the cold feed in advance of the mixing drum. Conformance with the grading requirements will be determined by California Test 202, modified by California Test 105 when there is a difference in specific gravity of 0.2 or more between the coarse and fine portions of the aggregate or between blends of different aggregates. If the results do not fall within the limits shown under "Operating Range," but are within limits for "Contract Compliance," placement of asphalt concrete may be COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 146

148 continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirement for "Operating Range." If the results of grading tests are not within the limits for "Contract Compliance," the asphalt concrete represented by these tests shall be removed unless the Engineer determines that said asphalt concrete is structurally adequate and may remain in place. No single grading test shall represent more than 500 tons of aggregate or one day's paving, whichever is smaller. In Table 1 below, the symbol "X" is the gradation which the Contractor proposed to furnish for the specific sieve. The proposed gradation shall meet the gradation shown in the table under "Limits of Proposed Gradation." Changes from one mix design to another shall not be made during the progress of the work unless permitted by the Engineer. However, changes in proportions to conform to the approved job mix formula shall not be considered changes in mix design. TABLE 1 AGGREGATE GRADATION Sieve Sizes Limits of Proposed Gradation Operating Range Contract Compliance 3/4" 1/2" 3/8" No. 4 No. 8 No. 30 No X ± 5 X ± 5 X ± X ± 8 X ± 8 X ± The combined aggregate shall conform to the quality requirements of Table 2 prior to addition of the asphalt cement: TABLE 2 AGGREGATE QUALITY Tests Percentage of Crushed Particles Coarse Aggregate (Min.) Fine Aggregate (Passing No. 4, Retained on No. 8) (Min.) Los Angeles Rattler Los at 500 rev. (Max.) Sand Equivalent Contract Compliance (Min.) Operating Range (Min.) Test Method No. California k c Factor (Max.) Asphalt Concrete Type A 90% 70% 45% COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 147

149 The water absorption value of the entire blend of aggregate shall not exceed 2.5 percent as determined by ASTM C 127 and C 128. These tests shall be included in the pre-qualification tests provided by the Contractor. Testing during construction for quality control will be performed by the Engineer at no cost to the Contractor. The frequency of this testing will be determined by the Engineer except that sand equivalent tests will be performed concurrently with aggregate gradation tests. If the test results do not meet the requirements listed, above production shall be terminated until the Contractor can satisfy the Engineer that the necessary corrections have been made and that production meets specification. The Contractor shall be responsible for all testing required to bring the materials back into specification. C. Bituminous Mixture. The asphalt concrete mixture, composed of the asphalt concrete and aggregate proposed for use and at the job mix formula optimum percentages as determined by Test Method No. California 367, shall have the material properties of Table 3: TABLE 3 ASPHALT CONCRETE MIXTURE QUALITY Tests California Test Asphalt Concrete Type A Swell (Max.) " Moisture Vapor Susceptibility (Min.) Stabilometer Value (Min.) D. Storage. Storage of materials shall be as indicated in the State Standard Specifications, Section , "Storage," as appropriate for the type of material and plant. E. Proportioning. Proportioning of materials shall conform to appropriate methods in the State Standard Specifications, Section , "Proportioning." F. Mixing. Mixing shall be in conformance with Section of the State Standard Specifications. G. Test Section. Due to the small quantity of asphalt on this project, Test Section is not required ADDITIONAL ITEMS A. Asphalt Tack Coat. An asphalt tack coat shall be applied to the vertical match edges of all adjacent asphalt pavement, all adjacent Portland cement concrete improvements, and in between asphalt lifts. The tack coat shall conform with Section 94 of the State Standard Specifications for SS1 or SS1h. The tack coat shall have an opportunity to fully cure before paving begins. The tack coat application rate shall comply with Section 39 of the State Standard Specifications. B. Asphalt Material for Dike. Dike asphalt shall comply with state standards for cast-in-place dike, 3/8 maximum or No. 4 maximum as appropriate. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 148

150 18-4 CONSTRUCTION METHODS A. General Requirements. Unless lower temperatures are directed by the Engineer, all mixtures, shall be spread, and the first coverage of initial or breakdown compaction shall be performed when the temperature of the mixture is not less than 275EF, and all breakdown compaction shall be completed before the temperature of the mixture drops below 250EF. Asphalt concrete shall be placed only when the atmospheric temperature is above 50EF. Asphalt concrete base shall be placed only when the atmospheric temperature is above 40EF. Asphalt concrete and asphalt concrete base shall not be placed when the underlying layer or surface is frozen, or when, in the opinion of the Engineer, weather conditions will prevent the proper handling, finishing, or compaction of the mixtures. Asphalt concrete base shall be spread and compacted in one or more layers. Each layer of asphalt concrete base shall be not less than 0.15-foot nor more than 0.40-foot in compacted thickness, except that where the total thickness of asphalt concrete to be placed over asphalt concrete base is 0.20-foot or less, the layer of asphalt concrete base below the asphalt concrete shall not exceed 0.25-foot. A layer shall not be placed over a layer which exceeds 0.25-foot in compacted thickness until the temperature of the layer which exceeds 0.25-foot in compacted thickness is less than 160EF at mid depth. Asphalt concrete and asphalt concrete base to be placed on shoulders and other areas off the traveled way having a width of 5 feet or more, shall be spread in the same manner as specified above. When the shoulders and other areas are less than 5 feet in width, the material may be deposited and spread in one or more layers by any mechanical means that produce a uniform smoothness and texture. Unless otherwise shown on the plans, asphalt mixtures shall not be handled, spread or windrowed in a manner that will stain the finished surface of any pavement or other improvements. The completed mixture shall be deposited on the roadbed at a uniform quantity per linear foot, as necessary to provide the required compacted thickness without resorting to spotting, picking-up or otherwise shifting the mixture. Segregation shall be avoided, and the surfacing shall be free from pockets of coarse or fine material. Asphalt concrete or asphalt concrete base containing hardened lumps shall not be used. Longitudinal joints in all other layers shall be offset not less than 0.5-foot alternately each side of the edges of traffic lanes. The Engineer may permit other patterns of placing longitudinal joints if he considers that such patterns will not adversely affect the quality of the finished product. Unless otherwise provided herein or permitted by the Engineer, the top layer of asphalt concrete for shoulders, tapers, transitions, curve widenings, and other such areas, shall not be spread before the top layer of asphalt concrete for the adjoining pavement has been spread and compacted. At locations where the number of lanes is changed, the top layer for the through lanes shall be paved first. When existing pavement is to be surfaced and the specified thickness of asphalt concrete to be spread and compacted on the existing pavement is 0.20-foot or less, shoulders or other adjoining areas may be spread simultaneously with the through lane provided COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 149

151 the completed surfacing conforms to the requirements of these specifications. Tracks or wheels of spreading equipment shall not be operated on the top layer of asphalt concrete in any area until final compaction has been completed. At locations shown on the plans, specified in the special provisions or as directed by the Engineer, the asphalt concrete shall be tapered or feathered to conform to existing surfacing or to other facilities. At locations where the asphalt concrete is to be placed over the areas inaccessible to spreading and rolling equipment, the asphalt concrete shall be spread by any means to obtain the specified results and shall be compacted thoroughly to the required lines, grades and cross sections by means of pneumatic tampers, or by other methods that will produce the same degree of compaction as pneumatic tampers. B. Spreading. In advance of spreading asphalt concrete over an existing base, surfacing, or pavement, if ordered by the Engineer, asphalt concrete shall be spread to level irregularities, and to provide a smooth base in order that subsequent layers will be of uniform thickness. The asphalt concrete may be spread with any equipment conforming to the requirements in Paragraph 18-5, A. "Spreading Equipment." No additional compensation will be allowed for spreading asphalt concrete as above specified, and full compensation for all work incidental to such operations will be considered as included in the contract price paid for the asphalt concrete. When directed by the Engineer, bituminous binder shall be applied to any layer in advance of spreading the next layer. Before placing the top layer adjacent to cold transverse construction joints, such joints shall be trimmed to a vertical face and to a neat line. Transverse joints shall be tested with a 12 foot straightedge and shall be cut back as required to conform to the requirements specified in Paragraph 18-4, C. "Compacting," for surface smoothness. Connections to existing surfacing shall be feathered to conform to the requirements for smoothness. Longitudinal joints shall be trimmed to a vertical face and to a neat line if the edges of the previously laid surfacing are, in the opinion of the Engineer, in such condition that the quality of the completed joint will be affected. All layers, except as otherwise provided in these SPECIFICATIONS, shall be spread with an asphalt paver. Asphalt pavers shall be operated in such a manner as to insure continuous and uniform movement of the paver. C. Compacting. Compacting equipment shall conform to the provisions of Paragraph 18-5, B, "Compacting Equipment." A pass shall be one movement of a roller in either direction. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage, made to ensure compaction without displacement of material in accordance with good rolling practice, shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. Rolling shall commence at the lower edge and shall progress toward the highest portion, except that when compacting layers which exceed 0.25 foot in compacted thickness, and if directed by the Engineer, rolling shall commence at the center and shall progress outward. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 150

152 Asphalt concrete shall be compacted to relative compaction of not less than 95 percent as determined in accordance with Paragraph 18-4, D. "Relative Compaction Acceptance and Testing." The completed surfacing shall be thoroughly compacted, smooth, and free from ruts, humps, depress ions, or irregularities. Any ridges, indentations or other objectionable marks left in the surface of the asphalt concrete by blading or other equipment shall be eliminated by rolling or other means. The use of any equipment that leaves ridges, indentations, or other objectionable marks in the asphalt concrete shall be discontinued, and other acceptable equipment shall be furnished by the Contractor. D. Relative Compaction Acceptance Sampling and Testing. Asphalt concrete shall be compacted to a relative compaction of not less than 95 percent of the density of laboratory specimens compacted in conformance with California Test 304. In-place density of asphalt concrete will be determined from cores in accordance with California Test 308. Three cores of the finished pavement shall be taken for each lot. A lot shall be 1/2-day's paving. 1. Sampling. Cores of the finished, compacted pavement shall be taken by the Contractor. Core locations shall be marked by the Engineer. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The minimum diameter of the sample shall be 3 inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored pavement. Cored holes shall be filled with hot mix asphalt concrete in a manner acceptable to the Engineer and within one day after sampling. If the test results for any lot of asphalt concrete indicate that the relative compaction is below 95.0 percent, but above 92.9 percent, the Contractor will be advised that he is not attaining the required relative compaction and that his materials or his procedures, or both, need adjustment. Asphalt concrete spreading operations shall not continue until the Contractor has notified the Engineer of the adjustment that will be made in order to meet the required compaction. If the test results for any lot of asphalt concrete indicate that the relative compaction is less than 93.0 percent, the asphalt concrete represented by that lot shall be removed, except as otherwise provided below. Asphalt concrete spreading operations shall not continue until the Contractor makes significant adjustments to his materials or procedures or both in order to meet the required compaction. The adjustments shall be as agreed to by the Engineer. However, if requested by the Contractor and approved by the Engineer, asphalt concrete with a relative compaction of 90.0 percent or greater may remain in place and the Contractor shall pay to the COUNTY the amount of reduced compensation for such lot with low compaction. The COUNTY may deduct an amount of reduced compensation from any monies due, or that may become due the Contractor under the CONTRACT. The amount of reduced compensation the Contractor shall pay to the COUNTY will be calculated using the total tons represented in the lot with low compaction times the CONTRACT price per ton for the CONTRACT items of asphalt concrete involved times the following reduced compensation factors: COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 151

153 TABLE 4 COMPENSATION ADJUSTMENT BASED ON RELATIVE COMPACTION Relative Compaction (Percent) Reduction Compensation Factor Relative Compaction (Percent) Reduction Compensation Factor Relative Compaction (Percent) Reduction Compensation Factor E. Surface Tolerances. The Contractor shall have on site a 12-foot straightedge for testing the AC surface when said straightedge is laid on the finished surface and parallel with the center line, the surface shall not vary more than 0.01 foot from the lower edge of the straightedge. The transverse slope of the finished surface shall be uniform to a degree such that no depressions greater than 0.02 foot are present when tested with a straightedge 12 feet long. No skin patching will be allowed to correct depressions. F. Thickness Tolerance. The pavement thickness shall be determined by measuring the average thickness of core samples taken from the pavement for density determination. Thickness will be determined from the cores and shall be based upon the average of the cores per lot and sublot as described for density determination. The asphalt thickness indicated on the cross sections shall be maintained. Thickness deficiencies in excess of 3/8-inch shall be corrected by removal and replacement or overlay at the Engineer's discretion. No skin patches or overlays less than 1-1/2 inches will be allowed. The pay amount shall be reduced for thickness deficiencies equal to or less than 3/8-inch in proportion to two times the percent of thickness deficiencies to the specified pavement thickness (i.e., a 1/4-inch thickness deficiency in a pavement with a 2-inch specified thickness would result in a reduction of the unit price of (2 x 0.25)/2.0 = 25 percent) for the lot containing a thickness deficiency. No payment shall be made for thickness in excess of 1/4-inch of those specified. Adjusted pay quantities shall be deducted from the CONTRACT in accordance with Paragraph G. Asphalt dike shall be constructed on approved asphalt pavement surfaces. Prepare the surface by cleaning and application of an emulsion tack coat. Construct the dike to the alignment shown on the plans, using a slip-form dike machine or other appropriate means EQUIPMENT A. Spreading Equipment. Asphalt pavers shall be self-propelled mechanical spreading and finishing equipment, provided with a screed or strike-off assembly capable of distributing the material to not less than the full width of a traffic lane. Screed action shall include any cutting, crowding, or COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 152

154 other practical action which is effective on the mixture without tearing, shoving or gouging, and which produces a surface texture of uniform appearance. The screed shall be adjustable to the required section and thickness. The paver shall be provided with a full width roller or tamper or other suitable compacting devices. Pavers that leave ridges, indentations or other marks in the surface that cannot be eliminated by rolling or prevented by adjustment in operation shall not be used. The asphalt paver shall operate independently of the vehicle being unloaded or shall be capable of propelling the vehicle being unloaded in a satisfactory manner and, if necessary, the load of the haul vehicle shall be limited to that which will insure satisfactory spreading. While being unloaded the haul vehicle shall be in contact with the machine at all times, and the brakes on the haul vehicle shall not be depended upon to maintain contact between the vehicle and the machine. The procedure whereby material is deposited in a windrow, then picked up and placed in the asphalt paver with loading equipment will be permitted for all asphalt concrete except Open Graded, provided the asphalt paver is of such design that the material will fall into a hopper which has a movable bottom conveyor to feed the screed and the loading equipment is constructed so that substantially all of the material deposited on the roadbed is picked up and deposited in the paving machine. No portion of the weight of hauling or loading equipment, other than the connection, shall be supported by the asphalt paver, and no vibrations or other motions of the loader, which could have a detrimental effect on the riding quality of the completed pavement, shall be transmitted to the paver. B. Compacting Equipment. For each asphalt paver, the Contractor shall furnish sufficient number of rollers to achieve the compaction and surface finish required by these SPECIFICATIONS. Each roller shall have a separate operator. All rolling equipment shall be self-propelled and reversible. All rollers shall be equipped with pads and water systems which prevent sticking of asphalt mixtures to the pneumatic- or steel-tired wheels. A parting agent which will not damage the asphalt mixture, as determined by the Engineer, may be used to aid in preventing the sticking of the mixture to the wheels. Other equipment, approved by the Engineer in accordance with California Test 113, may be substituted for 3-wheel or tandem rollers when used as specified in Paragraph 18-4, C, "Compacting." Pneumatic-tired rollers shall be the oscillating type having a width of not less than 4 feet with pneumatic tires of equal size and diameter, and having treads satisfactory to the Engineer. Wobble-wheel rollers will not be permitted. The tires shall be spaced so that the gaps between adjacent tires will be covered by the following tires, or shall be spaced so that any resulting uncovered gap will not exceed 1-1/2 inches in width when the tires are inflated to 90 psi and the operating weight is 2,000 pounds per tire. When the pneumatic-tired roller furnished by the Contractor is constructed so that there is a resulting gap between tire tracks as permitted in the preceding paragraph, the complete coverages of asphalt concrete with the roller required in Paragraph 18-4, C, "Compacting," shall be increased by one complete coverage for each 1/2 inch, or fraction thereof, of the maximum uncovered gap between any 2 tire tracks. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 153

155 The tires shall be inflated to 90 psi, or such lower pressure as designated by the Engineer, and maintained so that the air pressure will not vary more than 5 psi from the designated pressure. Pneumatic-tired rollers shall be constructed so that the total weight of the roller can be varied to produce an operating weight per tire of not less than 2,000 pounds. The total operating weight of the roller shall be varied as directed by the Engineer MEASUREMENT Asphalt concrete pavement shall be measured by the number of tons of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. For the asphalt dike areas, asphalt concrete shall be the lineal footage of asphalt pavement acceptably placed at a thickness and width that meets or exceeds the required thickness, as measured in the field. The installation/application of tack coat and soil sterilant is deemed incidental to the construction of asphalt pavement surfaces. No specific measurement of these items will occur PAYMENT Payment for asphalt concrete surface course shall be made at the contract unit price per ton under Bid Item No. 14 (Asphalt Pavement). Payment for asphalt used for asphalt dike construction will be included in separate bid item. Asphalt concrete in a lot that is accepted on the basis of reduced payment will be paid for at the contract prices for the items of asphalt concrete involved, adjusted by the factors detailed in Paragraph 18-4, D. Price adjustments for deficiencies in pavement thickness shall be according to Paragraph 18-4, F. If payment factors for both thickness and mass density apply, the reduced price will be determined by successively multiplying the contract price by both pay factors. For the asphalt dike, payment will be made at the contract unit price per lineal foot under Bid Item No. 15 (Asphalt Dike). The installation/application of tack coat is deemed incidental to the construction of asphalt pavement surfaces and dike. No specific payment for this item will occur. Payment described and made shall be full compensation for furnishing all materials and for all operations, hauling and placing of this material, and for all labor, equipment, tools and incidentals necessary to complete the item. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 154

156 SECTION 19 DRAINAGE IMPROVEMENTS 19-1 GENERAL This item shall consist of furnishing all labor, equipment, and materials as necessary to satisfactorily perform all trenching, backfill, and compaction; installation of storm drain pipe; cast-in-place drainage catch basins, drainage structures, and rip-rap energy dissipation element. All items shall be constructed in accordance with these specifications and to the lines, grades, notes, details, and locations shown on the plans STANDARDS A. Material, workmanship, methods, and procedures shall comply with the following FAA Specifications, included elsewhere in this specification booklet: a. P-610: Structural Portland Cement Concrete b. D-701: Pipe for Storm Drains and Culverts c. D-751: Manholes, Catch Basins, Inlets, and Inspection Holes B. Caltrans Standard Specifications C. In the case of conflict or discrepancy between these specifications, the specifications included in the FAA Technical Specifications, or the Caltrans Standard Specifications, the Contractor shall assume that the option, direction, or instruction that is most stringent, more expensive to implement and that takes more time to implement, is the intended requirement. The Contractor is required to present any discrepancies to the Engineer for clarification as soon as they are recognized or discovered MATERIALS A. HDPE Storm Drain Pipe. High Density Polyethylene (HDPE) storm drain pipe shall be smooth interior wall configuration, conforming to AASHTO M294, Type S. Each pipe shall be bell and spigot configuration with the bell being an integral part of the pipe. The joint shall be water tight, with pipe and joints together creating a system capable of holding 8 psi for not less than 10 minutes with no leeks. The joint shall meet the water-tight requirements of ASTM D3212. Gaskets shall be made of polyisoprene meeting the requirements of ASTM F477. B. RCP Flared-End Sections. RCP flared-end sections shall be of the same integrity, quality, and of the same manufacturer as the pipe to which they are joined. C. Cast In Place Drainage Structures (including concrete aprons around structures). Materials and methods to conform with the referenced standards above. D. Trench Select Backfill. Select backfill material can be native material so long as it exhibits a sand equivalent of not less than 30, is free of all rocks and clods greater than 3 inches in diameter, and does not contain any vegetative or deleterious material. At the Contractors option, import river-run sand may be used as select backfill. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 155

157 G. Drain Inlets and Manholes. Material to conform with the referenced standards above. H. Rip-Rap and Rip-Rap Fabric. Material to conform with Caltrans standards. Rip-Rap to be classified as Facing I. PVC Pipe. PVC pipe shall be of the diameter identified on the plans, conforming to the specifications for SDR CONSTRUCTION METHODS A. Equipment. All equipment necessary and required for the proper construction and installation of storm drain pipe, drainage and junction structures shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the pipe while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. Storm drain pipe installed within existing paved surfaces shall be sawcut the entire length of both sides of the trench with a power saw cutting machine. B. Excavation - Pipe. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe; but it shall not be less than the external diameter of the pipe, plus 6 inches on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches or 1/2 inch for each foot of fill over the top of the pipe (whichever is greater), but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform, but yielding foundation. Where a firm foundation is not encountered at the grade established due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the Plans. C. Excavation - Drainage Structures. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations shown on the Plans, or as directed by the Engineer. The excavation shall be of COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 156

158 sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottom of footings shall be as necessary to construct the structure as shown on the plans. The Engineer may order, in writing, necessary changes in dimensions or elevations of footings to secure a satisfactory foundation. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer to that effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. The Contractor shall be responsible for dewatering excavations if required. The methods used to control and remove water at excavations shall be at the option of the Contractor and may include, but not be limited to, well point systems, pumping sumps, or cofferdams. Care shall be taken during excavation to prevent disturbing the pipe foundation. If ground water is encountered during excavation, dewatering shall be commenced and shall proceed in advance of or concurrently with further excavation. The trench shall be free of water at the time pipes are placed, and water control shall continue, as necessary, to prevent damage to the work. If suitable bedding material has been disturbed by the Contractor's operations, has been damaged by water, or has been removed for the Contractor's convenience in dewatering the trench; the bedding shall be restored by the Contractor, at his expense, to a condition at least equal to the undisturbed bedding as determined by the Engineer. The material used to replace such damaged or removed trench material shall be aggregate base, conforming to the provisions in these specifications, and shall be compacted to 90 percent relative compaction. When undisturbed original matter at the planned grade of the excavation is determined by the Engineer to be unsuitable material, the Engineer will direct corrective work. This work will be paid for at the contract price as extra work and aggregate base. Full compensation for controlling and removing water from excavations and for furnishing and installing or constructing all cofferdams and all other facilities necessary to the operations and their subsequent removal, if required by the Engineer, shall be considered as included in the contract price paid for pipe. D. Bedding. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. For polyethylene pipe, the bedding material shall consist of coarse sand and gravel with a maximum particle size of 3/4-inch. For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 sieve. The bedding shall have a thickness of at least 6 inches below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent of the pipe's vertical outside diameter. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 157

159 E. Laying Pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. F. Joining Pipe. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) glued joints (retaining wall drain). Mortar joints (at structures) shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252. Polyethylene pipe joints shall be capable of holding 8 psi. Joining of concrete flared end sections to non-concrete pipe shall be accomplished through creating a concrete grout seal all around. G. Cast-In-Place Catch Basins. Cast-in-place catch basins shall be fully formed, inside and out, to the minimum dimensions called out on the plans and details. All subgrades must be approved before forming begins. Inlet and outlet pipes shall extend through the walls of the manholes for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. H. Storm Drain Pipe Connections to Catch Basins. All storm drain pipe connections to concrete manholes shall be tight and secure. All pipe connections to concrete structures shall be grouted water-tight. The inlet to all downstream pipes leaving concrete drainage structures shall be constructed with a minimum 3-inch radius, rounding to promote smooth flow into the pipe. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 158

160 I. Backfilling. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall conform to the Materials section of this specification. It shall not contain frozen lumps, stones that would be retained on a 2-inch sieve, chunks of highly plastic clay, or other objectionable material except as shown on the Plans. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches on both sides of the pipe and shall be brought up 1 foot above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches and shall be brought up evenly on both sides of the pipe to 1 foot above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet, whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches over the top of the pipe. The backfill material shall be as shown on the Plans. After a manhole structure has been installed, the area around it shall be filled with approved material in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density as indicated on the plans and details or in no case less than 90% of the maximum dry density as measured in accordance with ASTM D Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the Plans or as directed by the Engineer. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. J. Rip-Rap Energy Dissipation. The site of rip-rap placement shall be adequately excavated to provide assurance that the finished surface of the rip-rap section will not protrude above the intended flowline. The excavation site shall be graded smooth with a hand shovel and surface compacted with a vibratory pad. Fabric shall extend throughout the rip-rap site and up the sides. Fabric shall be pulled tight. Rip-rap shall be placed using Method A technics, as outlined in the Caltrans Standards. The area of riprap is considered as the minimum size required to meet the needs of the installation. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 159

161 K. Miscellaneous. Movement of construction machinery over a pipe shall be at the Contractor's risk. Any pipe damaged thereby shall be replaced at the expense of the Contractor ACCEPTANCE A. Prior to final approval of the drain systems, the Engineer, accompanied by the Contractor's representative, shall make a thorough inspection by an appropriate method of the entire installation. Any indication of defects in material or workmanship or obstruction to flow in the drain system, shall be further investigated and corrected. All pipes, manholes, inlets, and drainage structures shall be clean of debris and lose concrete. The bottom of all drain age structures shall be filled and set with concrete contoured to the flowline of incoming and outgoing pipes. B. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. C. In the presence of the Engineer, all drainage improvements shall be flood tested. Improperly functioning drainage improvements shall be removed and reconstructed at Contractor s expense MEASUREMENT AND PAYMENT Measurement for payment for storm drain pipe, performed and completed in accordance with these specifications, shall be the number of lineal feet of storm drain pipe installed, as measured in the field, including excavation, bedding, laying pipe, joining pipe to other pipe or structures, backfilling, and compaction. Payment for storm drain pipe will be made at the contract unit price per lineal foot under Bid Item No. 17 (Storm Drain Pipe). Measurement of drainage improvements shall be on a job lot basis for acceptably performing all work in this section aside from installation of storm drain pipe, in accordance with the Plans and Specifications. Included in drainage improvements, includes all construction and installation associated with storm drain structures, manholes, curb inlets, rip-rap, cast-in-place concrete aprons around structures, and cast-inplace structure to wall. Payment for this item shall be at the contract lump sum price under Bid Item No. 18 (Drainage Improvements). Payments as described for each of the items successfully constructed shall be considered as full compensation for furnishing all labor, equipment, and materials as necessary to satisfactorily perform all trenching, backfill, and compaction; installation of storm drain pipe; cast-in-place drainage catch basins, drainage structures, and rip-rap energy dissipation element. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 160

162 20-1 GENERAL SECTION 20 FENCE AND GATE IMPROVEMENTS This item shall consist of furnishing all labor, equipment, and materials as necessary to satisfactorily perform all fabrication, construction, and installation of chain link perimeter fence, vehicle access gate, and pedestrian gate, including connections to existing fence/gate and miscellaneous gate access equipment. All items shall be fabricated, constructed, installed, and maintained in accordance with these specifications and to the lines, grades, notes, details, and locations shown on the plans. 1. Remove and dispose minor portions of existing fence. 2. Minor grading along fence alignment. 3. Fabricate and install six-foot high chain link fence (portions with 3-strand barb wire). 4. Fabricate and install pedestrian swing gate 42 wide clear opening, locking latch closed. 5. Automatic vehicle access gate with all support equipment: A. Fabrication, delivery, and installation of a vertical lift - pivot chain link gate. B. Concrete foundations for gate operator, key pad controller, and receiving yoke. C. Fabricate, delivery, and installation of new key-pad controller mounting base, arm, enclosure with extended shade hood, key-pad, and proximity card reader, on new cast-in-place concrete foundation. D. Construction and installation of new electrically-powered gate operator, securely installed to a new cast-in-place concrete foundation. E. Gate receiving yoke. F. Sawcut, install induction loops, and loop sealant. G. Installation of concrete filled, galvanized steel bollards with concrete foundations. H. Paint bollards. I. Supply, install, and electrically connect antenna. J. Supply, install, and electrically connect new electric eye gate sensor with reflector and reflector hood. K. Provide and install all electrical conduits, conductors, and connections between induction loop, gate operator, key-pad controller, antenna, safety gate devise. L. Test gate operation and controls in the presence of the Inspector, address any misalignments or non-performance issues (gate to pivot up in a vertical motion). 6. Grounding (rod at gate operator, along fence where power lines cross, and at 200 foot maximum intervals. Plan on a minimum of four). 7. Chain link fence connections to existing fencing. 8. Provide 20 each, battery operated hand held gate openers and 20 batteries. 9. Provide 200 blank, programmable proximity cards with means for programming STANDARDS Construction to be performed in accordance with the following: A. FAA standards including F-162, Chain Link Fence. B. Caltrans Standards for fence, gates, and induction loops. C. National Electrical Code (NEC). D. California Electrical Code (CEC). E. UL Listing. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 161

163 20-3 MATERIALS A. All material to be new, of industrial grade, intended for exterior, all-weather use, in original packaging. B. Material submittals required. Do not forward materials to the project until after receipt of approved submittals. C. Chain link fence posts, fabric, barb wire, outriggers, tensioners, fasteners, hardware, and wires shall comply with FAA specifications. D. Portland cement concrete for fence and gate posts, gate operator foundation, key pad controller foundation, bollard foundation, bollard fill material, and other miscellaneous fence and gate concrete needs shall be transit ready-mix, material achieving a 28-day compressive strength of not less than 2,500 psi. Mix design required. E. Pre-Fabricated Vehicle Gate: a. Gate frame shall be sized to facilitate a 24-foot wide (clear) opening. b. Frame shall be fabricated from 6061-T6 aluminum alloy tube. Frame members shall be OD tube weighing no less than 1.26 pounds per foot. Diagonal bracing shall be 2.0 OD tube weighing no less than pounds per foot. c. Gate frame shall be welded. All corner joints shall be full penetration welds, others shall be full circle welds. d. Provide complete shop drawing, including hardware details, mounting details, and interface with gate operator and fence-mounted gate support hardware. e. Gate mounting hardware shall be 304 stainless steel. f. Gate filler shall be chain link 9 gauge aluminum, 2 by 2 fabric, extending the entire length and height of the gate panel. All openings covered by the operator when the gate is fully closed shall be designed, guarded, or screened to prevent a 2 ¼ sphere from passing. g. Gate installation to include a receiving yoke, designed to assure secured closure of the gate / fence alignment, when the gate is in the fully closed position. F. Gate operator: a. Electric unit, gear motor, 1/3 horse power. b. Continuous duty cycle. c. Frame: 2 square, 11 gauge steel tubing, d. Cover: 18 gauge galvaneal steel, color coated. e. Doors: 14 gauge galvaneal steel, color coated. f. Three point door lock g. 24V built in system brake when 120 volt or battery power is present. h. Operator approximate size: 68 long by 51 high by 30 wide. i. High torque double reduction belt drive system j. Apex controller with integrated radio receiver, plug in loop detector capability, surge protection. k. Open / closing cycles = seconds. l. Solid state logic controls featuring 15 diagnostic LED indicators and auto-close timer. m. NEMA 4x weather proof electrical enclosure. n. Control wiring: 16 and 18 gauge single conductor, copper. o. Obstruction sensor. p. 24v AC exterior indicator light. q. UL 325 compliant for Class I, II, III, and IV. G. Steel bollard: Schedule 40, galvanized steel pipe, of the length and diameter identified on the plans. Bollard paint to be zinc-rich, epoxy, compatible with the galvanized steel surface. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 162

164 H. Key pad controller housing with sun shield, mounting post, and base plate. a. Factory welded, galvanized after fabrication, or anodized aluminum. b. Post to be 2 by 2 steel tube, with uniform curve extending head out toward the vehicle (gooseneck). c. Integral base plate with 4 holes, capable of being anchored to the concrete. d. Housing to be sized to present uniform, look from the front, with key pad (9-key), and proximity card reader integral with the face plate. Installation shall be sealed to prevent introduction of sand, or vermin. e. Housing shall include extending sun shade on top (4 ) and sides (tapered 4 to 2 ), to allow for greater visibility and all weather protection. I. Key pad controller mounting / anchoring hardware: Cast in anchors, 3/8 diameter, with adjusting/leveling nuts, tightening nuts, lock and flat washers. J. Key pad: a. Shall be designed for controlling doors or gates. b. Capable of being programmed from the keypad and through a smart phone App (add and delete individual codes). c. Hold" codes to latch open gate. d. EEPROM Memory. e. LED Lighting with lighted keypad. f. Capable of storing up to 400 codes, 4 or 5 digit. g. Wrong code lockout settable from 3-9 tries and 1-9 minutes. h. Operates on 12 to 24 volt AC or DC power (signal wire). i. All weather, sealed to prevent sand intrusion. j. Capable of sending signal to the operator. K. Proximity card reader: a. Operates as a stand-alone unit. b. Local programming of unit and cards. c. Four (4) inch card reader range. d. Can store up to 1000 card codes L. Proximity cards: Plastic, programmable, blank cards, compatible with the card reader. Provide 200 blanks. Cards to be programmable at the gate card reader. If not, provide an in-office programming machine / device. M. Induction loop wire: 12 or 14 gauge stranded copper wire with direct burial jacket, XLPE or XHHW. N. Induction loop elastomeric sealant: polyurethane material, suitable for use in asphalt concrete and portland cement concrete, Hardness of 65-85, when tested in accordance with ASTM D-2240, Tensile strength of 500 psi minimum, when tested in accordance with ASTM D-412, and elongation at 400% minimum, when tested in accordance with ASTM D-412. O. Receiving antenna: compatible with gate openers and the gate operator, capable of receiving a signal from 100 feet. P. Gate protection / safety devise with shielded reflector: electric eye or photo eye style, complying with UL 325, preventing the gate from operating in either direction if at rest, or pause for five (5) seconds if the gate is in motion. System includes 3 diameter reflector with sun shield. Q. Gate catch assembly hardware: Fabricate of galvanized steel material and welded installation to the gate receiving post. Catch shall be a minimum of 6 in depth, assuring the gate cannot be swung in or out, when in the fully closed position. R. Electrical conduit: PVC, schedule 80, electrical conduit, 1 ½ diameter, with glued connections. S. Electrical conductor: of the appropriate gauge and insulation integrity as necessary for proper, long-term operation of the gate. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 163

165 T. Battery-operated hand held gate openers: Compatible with the antenna and gate operator, 100 foot range, 9-volt battery-powered, code programmable. U. Ground rods shall be 5/8-inch diameter, copper, 10 feet in length, with braded copper cable connection to fence or operator frame CONSTRUCTION AND INSTALLATION A. Confirm all materials comply with approved submittals. B. Perform all grading and earthwork along the fence / gate alignment. At a minimum, fence alignment shall be smooth, uniform, and surface compacted on at least two feet, both sides of fence. C. Drill all fence / gate post holes to the depth and diameter called out on the plans, at a minimum. D. Set fence / gate posts and poles in neat, uniform alignment, plumb, assuring placement in the center of each concrete footing / foundation. Assure each post is not resting on the bottom of the footing hole. Use string line to assure smooth, uniform alignment. All concrete footings shall be slightly above adjacent earth grade. E. Install all cross members, braces, rails, etc. Provide ample time for concrete to cure before setting fabric (14 days minimum). Install fence fabric tight and uniform. F. Install 3-strand barb wire where called for on plans. G. Perform minor hand grading along fence alignment after fence is installed to assure compliance with gap under fabric limits identified in the federal standards. H. For the gates, gain approval from the inspector to proceed with installation of all gates. Confirm ability to temporary close access. I. Perform all demolition and removals, including sawcut of existing hard surfacing. J. Perform minor hand grading around site if necessary. K. Construct and install new fence posts, gate posts, and bollards, all with cast-in-place concrete foundations. Concrete fill bollards. Set receiving post yoke at proper location to assure secured closure. All welds shall be coated with spray-alum galvanizing after fabrication. L. If appropriate, perform adjacent fence modifications. Install top rail on next two adjacent fence panels. M. Install barb wire. N. Confirm adequate and acceptable vertical and horizontal gate clearances in full range of motion / swing / movement. O. Install automatic and manual gates. Manual gate installation shall include provision for securing the gate in the fully open position (cane bolt and anchor). P. Install gate operator. Adequately secure to concrete foundation to assure longevity of operation. Align with gate-mounded drive rail or lifting arm, based on gate configuration. Q. Install key pad controller and proximity card reader in a combined head attached to a gooseneck support post. Anchor to the existing equipment support foundation. R. Perform sawcut to the existing pavement in the induction loop configuration. Install wire and sealant. S. Install electric eye controller and reflector with sun shield. Align in accordance with equipment suppliers protocol. T. Install new antenna on the adjacent fence. U. Perform all electrical power and communications connections. Test all systems for proper operation in the presence of the inspector. V. Hand grade, moisture condition, and surface compact with wacker and vibra-plate, those areas designated for asphalt pavement. Apply tack coat to the vertical sides of all match and join paving. Perform asphalt pavement patch back, in multiple lifts as shown on the details. W. Clean bollards and apply two coats of safety yellow paint. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 164

166 X. Clean and dress disturbed areas adjacent to and around the work area. All former fence post holes to be filled in. contractor to perform shoulder backing against all paved surfaces and concrete foundations. Y. Drive ground rods to full depth. Install / perform grounding cable connection to fence or operator frame through welded connection using braded copper wire. Z. Deliver to airport: a. O&M manual for gate operator, electric eye, key-pad controller, proximity card reader. b. Remote gate openers (20) c. Opener batteries (20) d. Blank proximity cards (200) 20-5 ACCEPTANCE A. Ongoing inspection by the inspector during construction and a final inspection to confirm proper alignment and operation of all control and safety features, including hand-held controllers, induction loops, electric eye, and proximity card reader. B. Gates are tested to assure proper clearances through the full range of movement, and compliance with maximum acceptable gaps when fully closed. C. All gate safety measures shall be tested in the presence of the inspector. Sensitivity settings shall be adjusted if necessary to assure proper operation. D. Fence fabric installation shall be reviewed to assure uniform tightness and installation of all necessary fence ties. E. Fence / gate post foundations shall be slightly higher than the adjacent earth. Fence posts shall be secure and plumb. F. Barb wire, where shown, shall be taught and uniform. Excess material is removed from the site. G. All materials and manual delivered to the airport MEASUREMENT AND PAYMENT Measurement for chain link fence shall be on a lineal foot basis for all chain link fence acceptably installed, as measured in the field along the alignment of the fence. Payment for chain link fence shall be made at the bid unit price for Bid Item No. 19 (Perimeter Fence). Measurement for each automatic vehicle access gate shall be on a per unit basis for each automatic vehicle access gate acceptably fabricated, constructed and installed, as counted in the field. Each automatic vehicle access gate comes complete with all motors, controllers, safety and control devices identified and detailed, including programmable control cards, hand-held operators, etc. Payment for each automatic vehicle access gate shall be made at the bid unit price for Bid Item No. 20 (Vehicle Access Gate). Measurement for each pedestrian gate shall be on a per unit basis for each manual swing gate acceptably fabricated, constructed and installed, as counted in the field. Each pedestrian gate comes complete with hinges, lockable hasp, and cane bolt with anchor facilitating a secured open position. Payment for each pedestrian gate shall be made at the bid unit price for Bid Item No. 21 (Pedestrian Gate). Payments as described shall be full compensation for furnishing all materials, labor, tools, equipment, and incidentals necessary to complete these items. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 165

167 SECTION 21 ELECTRICAL 21-1 GENERAL This item shall consist of furnishing all labor, equipment, and materials as necessary to satisfactorily perform all trenching, backfill and compaction, determination of conductor size, quantity, and integrity based on load and length of service from panel, installation of conduits and conductors, installation of concrete-encased pre-cast concrete electrical junction / pull boxes, modification to the existing electrical panel at the meter, and electrical connections between the panel and the automatic vehicle access gate STANDARDS Construction to be performed in accordance with the following, as last revised: A. National Electrical Code (NEC). B. California Electrical Code (CEC). C. UL Listing MATERIALS All material shall be new and of recent manufacture. A. Below ground conduit to be PVC, Type II, diameter as shown on plans. B. Above ground conduit to be GRS with threaded fittings. C. Sand bedding and backfill to be import granular material, clean river wash sand. D. Portland cement concrete shall be transit ready-mix, capable of achieving a compressive strength of not less than 3,000 psi at 28 days. E. Pre-cast concrete pull / junction boxes shall be municipal grade with locking covers. F. Conductor shall be copper with THHN/THWN jacketing. G. Breaker shall be industry-standard of the size necessary to serve the gate, and compatible with the existing panel CONSTRUCTION The effort in this section focuses on installation of an electrical circuit from an existing meter panel to the new automatic / electric gate. A. Investigate the electrical service in the area. Gain a working knowledge of the panel and breakers. B. Provide submittals and gain approval before bringing material on site. C. Through a review of the length of the circuit and anticipated load at the gate, determine conductor and breaker size. Provide documentation to inspector for review and file. D. Trench, backfill, and compact the trench after conduit and pull boxes are installed. E. Install conduit in sand bedding with sand backfill on both sides and above pipe. F. Under paved areas, trench backfill and backfill around junction boxes shall be to 95% minimum density, when measured in accordance with ASTM D-698. At all other locations, trench backfill shall be compacted to a minimum of 90%. G. Install ridged steel conduit out the bottom of the existing panel to 24 below ground, converting to PVC when the run becomes horizontal. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 166

168 H. Set all pull boxes level and slightly above adjacent grade. Cast each box in concrete in accordance with the details, with concrete encasement called out to be considered a minimum. I. Install new breaker in available blank space on panel. J. Install conductor from panel to gate operator. Make all necessary connections. K. Install pull box lids and secure ACCEPTANCE A. All conduit shall be installed and conductor pulled in easily without struggle, confirming free and clear conduit. B. Trench backfill shall be solid and not settled. C. All electrical connections shall be intact and electrical components shall work as intended MEASUREMENT AND PAYMENT Measurement for electrical shall be on a job lot basis for acceptably performing all the work of this section. Payment for electrical shall be made at the contract lump sum price for Bid Item 22 (Electrical). Said payment shall be full compensation for furnishing all materials, labor, tools, equipment and incidentals necessary to complete the work of this section. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 167

169 SECTION 22 HYDRO-MULCH 22-1 GENERAL The work under this item shall consist of applying hydro-mulch erosion control materials on disturbed surfaces as identified in the plans MATERIALS A. Material shall be clearly tagged or labeled showing the type of seed, test date, name of supplier and the percentage of the following: pure seed, crop seed, inert matter, weed seed, noxious seed and total germination content. This information shall be submitted to the Engineer in the form of a submittal. B. Fiber shall be derived from cellulose such as wood pulp, certified compost or similar organic materials. When used in the application mixture, an absorptive or porous mat will result on the surface of the ground. C. Water shall be clean, fresh, and suitable for domestic consumption and be free from such amounts of mineral and organic substances as would inhibit germination or growth. D. Soil stabilizer shall be Ecology Control M-Binder or approved equal. E. Fertilizer shall have a guaranteed analysis of (16-6-8). F. Moisture retention product shall be CPA-4000 humectants manufactured by Super Absorbent of South Carolina, or approved equal HYDRO-MULCH MIXTURE AND APPLICATION RATES The hydro-mulch mixture shall consist of the following materials applied at the rates as indicated: 1. Seed mix with application rates per acre: COMMON PURE LIVE SEED NAME LBS/ACRE CALIFORNIA MELIC 3.00 NODDING NEEDLEGRASS 4.00 SMALL FESCUE LOLLIUM MULTIFLORUM 3.00 CALIFORNIA BROME 2.00 CALIFORNIA GOLDFIELDS 2.00 BICOLOR LUPINE 2.00 TOMCAT CLOVER 2.00 CALIFORNIA POPPY 2.00 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 168

170 2. Wood fiber mulch: 1500 lbs. per acre 3. Premium Compost: 1000 lbs. per acre 4. Binder/Tack: 200 lbs. per acre 5. Organic Fertilizer: 800 lbs. per acre 6. Mycorrhizal Innoculum: 60 lbs. per acre Before applying the above mixture, a Certificate of Compliance shall be furnished to the Engineer for the various materials in the mixture HYDRO-MULCH MIXING AND APPLICATION A. Hydro-mulch mixing and application shall not begin prior to the final acceptance of the finished grading on all slopes and disturbed areas. B. Contractor to pre-moisten the surface before applying hydroseed. C. Hydro-mulching shall be performed on ALL areas disturbed during construction. D. Seed, fiber, water, soil stabilizer and fertilizer shall be thoroughly mixed into a homogeneous slurry of the proper proportions specified. It shall have the proper consistency to adhere to the ground surfaces without lumping or running. The mixing shall be performed in a tank, with a built-in continuous agitation and recirculating system, of sufficient operating capacity to produce a homogenous mixture and a discharge system which will apply the mixture at a continuous and uniform rate. All slurry mixture which has not been applied within 4 hours after mixing will be rejected and removed from the project at the Contractor s expense. E. Caution shall be used to not allow hydro-mulch mixture to be sprayed on adjacent paved surfaces, signs and/or light fixtures. Application shall not be done if winds exceed 10 MPH. Any mixture sprayed on adjacent paved surfaces, signs and/or light fixtures shall be thoroughly washed and cleaned to the satisfaction of the Engineer at the Contractor s expense. F. Hydro-mulch mix shall not be placed closer than 2 feet to the edge of any paved or aggregate surface MEASUREMENT AND PAYMENT Measurement for payment for hydro-mulch application shall be by the acre, measured on the ground surface, completed and accepted. Payment shall be made at the contract unit price bid per acre under Bid Item No. 24 (Hydro-Mulch Erosion Control). Payment shall be considered as full compensation for furnishing all labor, tools, equipment, materials, mixing, water, pre moistening of the surface, and incidental preparations required for the application of the hydro-mulch mix complete and in place. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 169

171 SECTION 23 SWPPP 23-1 GENERAL The work included in these specifications shall consist of the furnishing of all tools, equipment, labor, and materials required to accomplish all of the following work within the limits designated on the plans or as required by the Engineer in accordance with the plans and specifications. The contractor is directed to FAA Specification P-156, Temporary Air and Water Pollution, Soil Erosion, and Siltation Control, included elsewhere in this specification booklet. Compliance with the requirements of that section is included in this section / bid item. A. Generally Included. a. Preparation of a Storm Water Pollution Prevention Plan (SWPPP) in accordance with federal, state, and local agency requirements. b. Management of the SWPPP throughout the life of the construction project. c. Field implementation of all aspects of the SWPPP throughout the life of the construction project. d. The Contractor shall furnish all tools, equipment, labor and materials required to prepare a Storm Water Pollution Prevention Plan (SWPPP) and perform management of the plan throughout the construction process, and to construct, install and maintain storm water pollution control measures and facilities within the area of influence of this project including contractor staging and construction material storage areas and earth borrow and disposal areas. e. The SWPPP shall address all elements required by the NDDES General Permit for stormwater discharges associated with construction and land disturbance activites: Order No DWQ. f. The SWPPP shall include a storm water sampling and monitoring protocol. g. The SWPPP shall identify the Storm Water Pollution Prevention Manager, and the Site Inspector. h. Contractor up-loading and managing the SWPPP on the state web site for the duration of the project, including paying for all fees, and filing of all concluding and close out documentation and reports. Contractor must be familiar with the new regulations and have QSP on their team or as a subcontractor. B. References. a. General Construction Activity Storm Water Permit No. CAS000002, issued by the State Water Resources Control Board. b. California Department of Transportation Standard Specifications, Section G. c. Construction Contractor s Guide and Specifications of the Caltrans Storm Water Quality Handbooks. Copies of the Handbook may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California Phone d. Federal Clean Water Act. e. State Porter Cologne Water Quality Act. f. Any agency permits issued specifically for this project. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 170

172 23-2 MATERIALS A. Office Work. Materials required to prepare the SWPPP shall be of such quality and integrity that the final documents are presentable to members of reviewing agencies, the public, and special interest groups that participate in the reviewing and enforcement of these types of plans. The Contractor shall generate a minium of three (3) complete, identical sets of the SWPPP. One set to be kept in the field, one set to be kept at the Contractor s main office, and the final set to be kept at a designated location in the owners place of business. B Field Work. The Contractor shall employ materials in the type, size, and quantity as necessary to accomplish all the goals of the SWPPP. As a minimum, the Contractor shall be prepared to employ the following: a. Straw Bales. Straw bales shall be a minimum of 14 inches wide, 18 inches high, and 36 inches long and shall weight a minimum of 50 pounds. Bales shall consist of entirely weed-free, clean straw. Each bale shall be installed with a minimum of 2 reinforcing steel bars, #4, placed a minimum of 24 inches into firm, unyielding soil. b. Silt Fence. Silt fencing shall be a woven polypropylene material in roles, 18 inches high. The fence shall have staking integral with the fence material with stakes at 10 foot maximum spacing, stakes on the downhill side of the fence. c. Sand Bags. Sand bags shall be manufactured with a woven geotextile fabric and filled with clean material exhibiting a sand equivalent of not less than 30. d.. Fiber Rolls. Fiber rolls shall be 8-inch diameter, constructed of straw, flax, or other similar material. Rolls shall be bound and staked at 4-foot maximum intervals. e. Hydro-Mulch. Hydro-mulch mix and rate of application shall be approved by the engineer and/or owner before application. The hydro-mulch mix shall be designed to provide a quick establishment of roots for the location and time of year proposed. Hydro-mulch for this project is specified under a separate section of these specifications. f. Erosion Control Blankets/Mats. Erosion control blankets and mats shall be either straw, coconut, straw/coconut combination, or other appropriate material designed for the method of installation proposed and for the anticipated slope and resulting velocity of the runoff. g. Geotextiles. Geotextiles shall be woven bio-degradable fabric with a minimum thickness of 15 mm, minimum width of 10 feet, and a minimum tensile strength of 0.67 kn. Material shall conform with ASTM D4491. h. Wood Mulch. Wood mulch shall be selected based on the type of application and site conditions METHODS A. SWPPP Management. a. The Contractor shall prepare three complete original copies of the SWPPP within 15 days after award of the contract for approval by the Engineer. The Contractor shall become signatory to the SWPPP and be responsible for its implementation. b. One copy shall be kept in the Contractor s main office, the second copy shall be kept on the job site, and the third copy shall be kept at a designated location in the owner s place of business. Each copy shall be bound in a 3-ring binder that allows for easy up-dating. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 171

173 c. Each copy of the SWPPP shall be up-dated as necessary throughout the life of the project. d. Each copy shall include all correspondences, inspection reports, sub-contractor notification lists, etc. e. Each copy shall be made available to regulatory officials and/or members of the public interested in verifying the Contractors compliance with all applicable Storm Water Pollution Prevention regulations. f. The Contractor shall file a Notice of Intent (NOI) with the State of California and pay all fees as necessary to receive a WDID #. In the event the duration of the project extends beyond June 15 th, the Contractor shall pay the renewal fee. At the conclusion of the project, after final approval by the Owner and the Engineer, the Contractor shall file a Notice of Termination (NOT) with the State of California. g. Nothing in this specification shall be construed as to be limiting the Contractor s responsibility for full compliance with all applicable codes, standards, and permits regarding storm water pollution prevention. The Contractor shall be solely responsible for implementation and management of a Storm Water Pollution Prevention Plan. The Contractor assumes all responsibility and liability for any legal action that may be brought against the Contractor and/or Owner for any violation associated with failure to comply with all applicable codes, standards, and permits regarding storm water pollution prevention. h. The SWPPP shall be continuously monitored and shall be amended whenever there is a change in construction or operations that may affect the discharge of significant quantities of pollutants into the receiving waters. The SWPPP will also be amended if it is in violation of any condition of the General Permit or has not achieved the general objective of reducing pollutants in storm water discharges. B. Field Implementation of SWPPP a. The Contractor shall implement all the elements of the SWPPP throughout the duration of the construction project. b. The Contractor shall perform all necessary field inspections prior to, during, and after significant storm events and record findings at the appropriate place in the Inspection Log. In addition, the Contractor shall perform all storm water sampling and testing as may be required of the SWPPP. c. The Contractor shall modify, change, amend, or expand as necessary his methods of implementation of all Best Management Practices in order to correct problems and/or to provide further assurance of compliance with all appropriate regulations. d. All inspections shall occur as specified in the SWPPP. e. All storm water pollution prevention elements shall be installed in advance of predicted storm events and shall be maintained in full working order throughout the duration of the project. f. The Contractor shall repair and/or replace storm water pollution prevention elements as COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 172

174 necessary throughout the duration of the project. g. Storm water pollution prevention elements shall be constructed and installed in accord with standard details identified in the reference material called out earlier in this specification. h. The Contractor shall install and maintain a sand bag barrier around the perimeter of all hazardous material storage areas. i. The Contractor shall establish concrete truck washout areas. Upon completion of all construction activity, all waste concrete shall be broken up, removed and disposed of properly off-site. j. The Contractor shall construct and maintain straw-bale barriers, fiber rolls, or silt fences as appropriate around the inlets to all storm drains impacted by construction activities. Barriers must be maintained until such time as permanent erosion control improvements have been installed. k. The Contractor shall install and maintain silt fencing or fiber rolls along the toe of erodible slopes where erosion and sediment transport is anticipated and where the toe of the slope is in close proximity to the limits of earth disturbance. l. At those locations where concentrated storm water will flow off the site across the surface of undisturbed material, the Contractor shall construct and maintain a sand bag type silt trap. The trap shall be just at but within the limits of the disturbed area. The trap shall be maintained throughout the construction project such that capacity in the trap is fully restored prior to the next anticipated storm event. m. Contractor shall comply with the established site inspection, monitoring and sampling protocols for this SWPPP. C. Acceptance a. The Contractor, the Owner, and the Engineer shall perform a walking inspection of the site to verify that all aspects and requirements of the SWPPP have been met. b. The Contractor shall perform one final up-grade to all three copies of the SWPPP including the documentation of the final inspection. c. All excess materials shall be removed and disposed off-site. d. The Contractor shall complete and file the Notice of Termination (NOT) with the State Regional Water Quality Control Board. D. SWPPP Material Included Elsewhere a. Hydro-mulch erosion control material shall be an integral part of the Contractors SWPPP. The specification for this product, and payment for the installation of this product, is included under a separate item STORM WATER SAMPLING COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 173

175 An allowance is established in the event storm water sampling is required. The Contractor shall work together with the Engineer to monitor overall runoff characteristics and quality. The sampling and testing allowance will be implemented when deemed appropriate MEASUREMENT AND PAYMENT Measurement of Storm Water Pollution Prevention Plan item shall be on a job lot basis for acceptably performing all Storm Water Pollution Prevention Plan work, both in the office and in the field, in accordance with the Plans and Specifications. Payment for this item shall be at the contract lump sum price under Bid Item No. 25 (SWPPP). Payment will be made up to 25% of the bid item total at the time the Storm Water Pollution Prevention Plan is prepared and accepted, the Notice of Intent is filed, payment made, and a WDID is received. The balance of the bid item amount will be paid in equal proportions up to 100% after the final walking inspection and acceptance by the Engineer. Such payments as described shall be considered as full compensation for furnishing all labor, equipment, materials, tools and incidentals for the development, preparation and implementation of the SWPPP for the entire life of the construction contract. Clarification: Compensation for Hydro-Mulch shall be under separate bid items. Compensation for all remaining or additional field-implemented control devices shall be included in the lump sum amount of this bid item. Measurement for water sampling allowance shall be on a Time and Materials Basis, substantiated with daily work order tickets provided to the on-site inspector at the end of work each day. Payment for water sampling shall be made from the allowance established under Bid Item No. 26 (Storm Water Sampling (Allowance)). It shall be understood that actual payment of this allowance amount may range from zero (0) percent to one hundred (100) percent of the allowance amount, based on need. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 174

176 SECTION 24 PAVEMENT MARKING 24-1 GENERAL This item shall consist of the painting of pavement markings on the surface of Runway, applied in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. TWO COATS ARE REQUIRED. Markings to be constructed / applied: 1. Runway 26 Threshold bar and arrows: yellow 24-2 STANDARDS A. Pavement marking paint materials, methods, site and weather limitations, and procedures shall all be in accordance with FAA P-620 specifications. B. Markings shall be waterborne, complying with TT-P-1952E, Type II. C. Yellow = or D. Reflective media = TT-B-1325D, Type III WORK A. Contractor to clean and dry the surface prior to application of any markings. Contractor to reclean the pavement surface a second time, ahead of the application of second coat of markings. B. Pavement marking shall be in accordance with the FAA advisory circular. C. All paint markings to be applied in two coats, approximately 30 days apart. First coat application rate: Second coat application rate: Not more than 160 square feet per gallon. Not more than 110 square feet per gallon. D. Reflective media to be applied to all markings, at a rate of not less than 10 pounds per gallon of paint. REFLECTIVE MEDIA TO BE APPLIED TO BOTH COATS. E. This is a two-coat application project with the second coat applied approximately 30 days after the first. F. Contractor will be provided two, 6-hour work windows to apply pavement markings at the threshold of Runway 26. Runway will be closed for both periods. Contractor must have radio on at all times and clear the runway for aircraft operations. Contractor to place airport-provided canvas runway closure panels on the runway ahead of the numbers, using contractor-provided COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 175

177 delineation weights. Maintain closure crosses while on the runway. Remove and return to the airport when finished ACCEPTANCE A. All work shall be performed in accordance with the referenced specification. B. All over-sprays or mis-alignments shall be removed, by blasting or other means, approved by the Engineer. Painting of black over erroneous markings will not be accepted. C. Two, final, pavement marking inspections will occur, with the contractor, the inspector, and airport staff in attendance; one during daylight hours, and one after dark. All second coat markings with reflective media will be inspected and reviewed. Areas that fall short and areas with inconsistent or non-uniform reflective media applications shall be re-coated and reinspected MEASUREMENT AND PAYMENT Measurement for Pavement Marking shall be the number of square feet of pavement marking paint applied in accordance with this specification with reflective media included in all markings. Two coats, with each coat applied about 30 days apart, equal one application. Payment for pavement marking will only occur after the second coat of paint. Payment for Pavement Marking shall be at the contract unit price per square foot, for Bid Item No. 23 (Pavement Marking). Said payment shall be full compensation for furnishing all materials and for all preparation, layout, surface cleaning, and application of the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 176

178 SECTION 25 LOWER WATER LINE 25-1 GENERAL This item shall consist of furnishing all labor, equipment, tools, and materials as necessary to satisfactorily perform all trenching, backfill and compaction, and lowering of existing small-diameter water pipe services (6 maximum diameter), including incidental pipe, fittings, couplings, etc STANDARDS Construction to be performed in accordance with the following: A. AWWA standards. B. Standards of the Santa Ynez Valley River Water Conservation District. C. Santa Barbara County Environmental Health Department. D. California Fire Code MATERIALS All materials shall be new and of municipal grade. A. PVC pipe and fittings shall be Schedule 40 minimum. B. Glue shall be non-toxic, suitable for domestic water line. C. Select backfill shall be import sand or granular native material, if available. No clay, rocks, or clods CONSTRUCTION At several locations, proposed underground facilities may cross above or at the elevation of existing pressure water pipe. This item addresses and covers the effort necessary to relocate (move) existing small diameter pressure pipe out of the alignment of proposed underground improvements. Four crossings are visible on the plans. Contractor shall assume the effort could include up to six relocations / adjustments. A. Investigate the water facilities in the area. Gain a working knowledge of the alignment of each pipe and associated control / shut-off valves. B. Provide submittals and gain approval before bringing material on site. C. Trench and / or hand excavate as necessary to expose an adequate amount of the existing pipe to characterize its size, material, integrity, horizontal and vertical location. D. If possible, perform further excavation under the pipe, creating a void, allowing the pipe to drop lower and out of the way. E. If necessary, temporarily shut off water services, drain pipes, cut pipe, splice in additional pipe in a lower configuration, complete couplings / joints, re-load, and re-pressurize. F. Keep all pipes clean and free of soil or other contamination. Apply disinfection to all pipes and fittings installed. G. A successfully lowered water pipe shall, when complete, exhibit a three-inch minimum, outside to outside gap between the water pipe and new underground facilities. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 177

179 H. Backfill under, around, and above water pipe with import sand or select, granular native material. Granular material shall be placed in the zone 3 surrounding the pipe. I. Perform a visual and soap inspection test for 30 minutes after re-pressurized before backfilling. J. Bleed all air out of the lowered water pipe through activation of a valve, fitting or fixture ACCEPTANCE A. All existing water pipe crossings shall clear proposed underground improvements by a minimum of three inches. B. Modified / lowered pipes shall pass a 30-minute visual / soap inspection after re-pressurized. C. Verify all air has been released MEASUREMENT AND PAYMENT Measurement for lower water line shall be on a job lot basis for acceptably performing all the work of this section. Payment for lowering water lines shall be made at the contract lump sum price for Bid Item 16 (Lower Water Line). Said payment shall be full compensation for furnishing all materials, labor, tools, equipment and incidentals necessary to complete the work of this section. END OF SECTION COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 178

180 FAA TECHNICAL SPECIFICATIONS Item P-101 Surface Preparation DESCRIPTION This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT All equipment shall be specified here and in the following paragraphs or approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place Removal of existing pavement. CONSTRUCTION a. Concrete pavement. The existing concrete pavement to be removed shall be freed from the pavement to remain by sawing through the complete depth of the slab one foot (30 cm) inside the perimeter of the final removal limits or outside the dowels, whichever is greater when the limits of removal are located on the joints. The pavement between the perimeter of the pavement removal and the saw cut shall be carefully broken up and removed using hand-held jackhammers, weighing 30 pounds (14 kg) or less, or other light-duty equipment which will not cause distress in the pavement which is to remain in place. The Contractor shall have the option of sawing through the dowels at the joint, removing the pavement and installing new dowels. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, then the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods suitable to the Engineer which will not cause distress in the pavement which is to remain in place. If the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the Engineer. The Contractor s removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Concrete slabs that are damaged by under breaking shall be removed. Any damage shall be repaired at the Contractor s expense. b. Asphalt concrete pavement. Asphalt 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 so the joint for each layer of pavement replacement is offset 1 foot (30 cm) from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size of 2 inches Preparation of joints and cracks. Remove all vegetation and debris from cracks to a minimum depth of 1 inch (25 mm). If extensive vegetation exists treat the specific area with a concentrated solution of a water-based herbicide approved by the Engineer. Fill all cracks, ignoring hairline cracks (< 1/4 inch (6 mm) wide) with a crack sealant per ASTM D6690. Wider cracks (over 1-1/2 inch wide (38 mm)), along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced as stated below. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 179

181 Cracks and joints may 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 the following table. Sieve Size Gradation Percent Passing No No No No No No No 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 or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 inches (0-3 mm) of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the pavement surface and vegetation in the joints need to be removed Removal of paint and rubber. All paint and rubber over 1 foot (30 cm) wide that will affect the bond of the new overlay shall be removed from the surface of the existing pavement. Chemicals, highpressure 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 (3 mm) 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 Concrete spall or failed asphaltic concrete pavement repair. a. Repair of concrete spalls in areas to be overlaid with asphalt. The Contractors shall repair all spalled concrete as shown on the plans or as directed by the Engineer. The perimeter of the repair shall be saw cut a minimum of 2 inches (50 mm) outside the affected area and 2 inches (50 mm) deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshall stability of 1,200 lbs (544 kg) and maximum flow of 20 (units of 0.01 in). The material shall be compacted with equipment approved by the Engineer until the material is dense and no movement or marks are visible. The material shall not be placed in lifts over 4 inches (100 mm) in depth. This method of repair applies only to pavement to be overlaid. b. Asphaltic concrete pavement repair. The failed areas shall be removed as specified in paragraph b. 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 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 180

182 material affecting the load-bearing capacity. Materials and methods of construction shall comply with the other applicable sections of this specification Cold milling. Milling shall be performed with a power-operated milling machine or grinder, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed off Airport property, unless otherwise specified. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled with a straightedge in increments of 1 foot (30 cm) 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 milling machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 7 feet and it shall be equipped with electronic grade control devices that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall have the ability to windrow the millings or cuttings or remove the millings or cuttings from the pavement and load them into a truck. c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual aggregate and fines are removed from the pavement surface. Prior to paving, the Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines Preparation of asphalt pavement surfaces. Existing asphalt pavements indicated to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt concrete similar to that of the existing pavement in accordance with paragraph b. Repair joints and cracks in accordance with paragraph c. Remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a detergent, then wash thoroughly with clean water. After cleaning, treat these areas with an oil spot primer. d. Clean pavement surface immediately prior to placing the surface treatment by sweeping, flushing well with water leaving no standing water, or a combination of both, so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film Maintenance. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor s expense Preparation of Joints in Rigid Pavement Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 181

183 tools as necessary. Resaw joints removing no more than 1/16 inch (2 mm) from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. Allow sufficient time to dry out joints prior to sealing Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Clean joints by sandblasting, or other method approved by the Engineer, on each joint face with nozzle held at an angle and not more than three inches (75 mm) from face. Following sandblasting, clean joints with air free of oil and water. Joint surfaces will be surface-dry prior to installation of sealant Preparation of Cracks in Flexible Pavement Preparation of Crack. Widen crack with router by removing a minimum of 1/16 inch (2 mm) from each side of crack. Immediately before sealing, joints will be blown out with a hot air lance combined with oil and water-free compressed air Removal of Existing Sealant. Existing sealants will be removed by routing. Following routing, any remaining debris will be removed by use of a hot lance combined with oil and water-free compressed air. N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT ASTM D6690 MATERIAL REQUIREMENTS Standard Specification For Joint And Crack Sealants, Hot Applied, For Concrete And Asphalt Pavements END OF ITEM P-101 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 182

184 Item P-151 Clearing and Grubbing DESCRIPTION This item shall consist of clearing or clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Engineer. a. Clearing shall consist of the cutting and removal of all trees, stumps, brush, logs, hedges, the removal of fences and other loose or projecting material from the designated areas. The grubbing of stumps and roots will not be required. b. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of strips, pavements, or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing. CONSTRUCTION METHODS General. The areas denoted on the plans to be cleared or cleared and grubbed shall be staked on the ground by the Engineer. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. All spoil materials removed by clearing or by clearing and grubbing shall be disposed of by burning, when permitted by local laws, or by removal to approved disposal areas. When burning of material is permitted, it shall be burned under the constant care of competent watchmen so that the surrounding vegetation and other adjacent property will not be jeopardized. Burning shall be done in accordance with all applicable laws, ordinances, and regulations. Before starting any burning operations, the Contractor shall notify the agency having jurisdiction. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry that cannot be used in construction and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits, the Contractor shall obtain and file with the Engineer permission in writing from the property owner for the use of private property for this purpose. The removal of existing structure and utilities required to permit orderly progress of work shall be accomplished by local agencies, unless otherwise shown on the plans. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, the Contractor shall advise the Engineer who will notify the proper local authority or owner to secure prompt action Clearing. The Contractor shall clear the staked or indicated area of all objectionable materials. Trees unavoidably falling outside the specified clearing limits must be cut up, removed, and disposed of in a satisfactory manner. To minimize damage to trees that are to be left standing, trees shall be felled toward the center of the area being cleared. The Contractor shall preserve and protect from injury all trees COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 183

185 not to be removed. The trees, stumps, and brush shall be cut flush with the original ground surface. The grubbing of stumps and roots will not be required. Fences shall be removed and disposed of as directed by the Engineer. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a location designated by the Engineer if the fence is to remain the property of a local owner or authority Clearing and grubbing. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet (105 cm) in depth will be constructed outside of paved areas. For embankments constructed outside of paved areas, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off flush with the original ground and allowed to remain. Tap roots and other projections over 1-1/2 inches (38 mm) in diameter shall be grubbed out to a depth of at least 18 inches (0.5 m) below the finished subgrade or slope elevation. Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials shall be disposed of by removal from the site. The cost of removal is incidental to this item. The remaining or existing foundations, wells, cesspools, and like structures shall be destroyed by breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material that cannot be used in backfill shall be removed and disposed of at the Contractor s expense. The holes or openings shall be backfilled with acceptable material and properly compacted. All holes under embankment areas remaining after the grubbing operation shall have the sides of the holes flattened to facilitate filling with acceptable material and compacting as required in Item P-152. The same procedure shall be applied to all holes remaining after grubbing in areas where the depth of holes exceeds the depth of the proposed excavation. N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT END OF ITEM P-151 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 184

186 Item P-152 Excavation, Subgrade, and Embankment DESCRIPTION This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans Classification. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. b. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classified as ``rock excavation.'' c. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits or mixtures of soils and organic matter not suitable for foundation material. Muck shall include materials that will decay or produce subsidence in the embankment. It may be made up of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet; temporary levee construction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the construction of embankment or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. ROCK AND MUCK EXCAVATION NOT PART OF THIS PROJECT. CONSTRUCTION METHODS General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. 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 shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 185

187 When the Contractor s excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 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 limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor s operations during the period of the contract Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph b. 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 inches (300 mm), 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 (per cubic meter). 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. ROCK AND MUCK EXCAVATION NOT PART OF THIS PROJECT. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 186

188 be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as Unclassified Excavation. d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. e. Compaction requirements. The subgrade under areas to be paved shall be compacted to the depth specified on the plans and to a density of not less than 95 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted as directed by the Engineer and in accordance with the following: Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired by the Contractor. The cost of repair is incidental to this item. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all Federal, state and local regulations and explosive manufacturers instructions, with applicable approved permits reviewed by the Engineer. Any approval will not relieve the Contractor of his or her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approval. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the approval of the Engineer. The Contractor shall keep a record of each blast: its date, time and location; the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 187

189 f. Proof rolling. After compaction is completed, the subgrade area shall be proof rolled in the presence of the Engineer. Apply a minimum of 100% coverage, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch (25 mm) or show permanent deformation greater than 1 inch (25 mm) shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications Borrow excavation. Borrow areas within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed by the Engineer. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor s responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer. The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly Drainage excavation. Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required crosssection and shall keep them free of debris or obstructions until the project is accepted Preparation of embankment area. Where an embankment is to be constructed to a height of 4 feet (1.2 m) or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted as indicated in paragraph When the height of fill is greater than 4 feet (1.2 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches (300 mm) and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work Formation of embankments. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 188

190 placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 square yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to a depth of as specifired on the plans and in the technical specificaitons and to a density of not less than 95 percent of the maximum density as determined by ASTM D698. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet (1.2 m) below the finished subgrade Finishing and protection of subgrade. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 189

191 No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12-foot (3.7-m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch (12 mm), or shall not be more than 0.05 feet (15 mm) from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet (3 mm) 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 Topsoil. N/A N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT ASTM D698 ASTM D1556 ASTM D1557 ASTM D2167 ASTM D6938 TESTING REQUIREMENTS Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kn-m/m 3 )) Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft 3 (2700 kn-m/m 3 )) Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method Standard Test Methods for In-Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 190

192 Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public-use airports. MATERIALS Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per ItemT-908. Mulches shall not create a wildlife attractant 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 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 Silt fence. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D Other. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 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 Schedule. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 191

193 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 Construction details. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor s capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor s negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels Installation, maintenance and removal of silt fences. Silt fences (if used) shall extend a minimum of 16 inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet (3 m) on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch (300-mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mm) deep by 4 inches (100 mm) wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 192

194 permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT ASTM D6461 AC 150/ MATERIAL REQUIREMENTS Standard Specification for Silt Fence Materials Hazardous Wildlife Attractants END OF ITEM P-156 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 193

195 Item F-162 Chain-Link Fence DESCRIPTION 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 FABRIC. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2 in (50 mm) mesh and shall meet the requirements of ASTM A 392, Class BARBED WIRE. Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated wire with 4- point barbs and shall conform to the requirements of ASTM A 121, Class 3, Chain Link Fence Grade POSTS, RAILS AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F-1043 or ASTM F 1083 as follows. Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC (High Strength Pipe), External coating Type B, and internal coating Type B or D. Roll Formed Steel Shapes (C-Sections) shall conform to the requirements of Group IIA, and be galvanized in accordance with the requirements of F 1043, Type A. Hot-Rolled Shapes (H Beams) shall meet the requirements of Group III, and be galvanized in accordance with the requirements of F 1043, Type A. Aluminum Pipe shall conform to the requirements of Group IB. Aluminum Shapes shall conform to the requirements of Group IIB. Vinyl or polyester coated steel shall conform to the requirements of ASTM F 1043, Paragraph 7.3 Optional Supplemental Color Coating. Composite posts shall conform to the strength requirements of ASTM F 1043 or ASTM F The strength loss of composite posts shall not exceed 10 percent when subjected to 3,600 hours of exposure to light and water in accordance with ASTM G 23, ASTM G 26, and ASTM G-53. Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. Posts, rails, and braces, with the exception of galvanized steel conforming to F 1043 or ASTM F 1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: External: 1,000 hours with a maximum of 5% red rust. Internal: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/ GATES. Gate frames shall consist of galvanized steel pipe and shall conform to the specifications for the same material under paragraph The fabric shall be of the same type COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 194

196 material as used in the fence. (Automatic vehicle lift / pivot gate frame shall conform to the specifications included in Section 20) WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR-F-191/ MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with zinc-coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi ( kpa) MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 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 ft (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 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. Posts should be spaced not more than 10 ft (3 m) apart and should be set a minimum of 36 in (90 cm) in concrete footings. The posts holes shall be in proper alignment so that there is a minimum of 3 in (75 mm) of concrete on all sides of the posts. 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 in (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 in (300 mm). After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation 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. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 195

197 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts 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 in (25 mm) or more than 4 in (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 in (150 mm) or less ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence and at 500 ft (150 m) intervals. For power line crossings, the ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 ft (240 cm) long and a minimum of 5/8 in (15 mm) in diameter driven vertically until the top is 6 in (150 mm) below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. Contractor to plan on installing a minimum of four (4) electrical grounds. N/A METHOD OF MEASUREMENT BASIS OF PAYMENT N/A MATERIAL REQUIREMENTS ASTM A 121 ASTM A 123 ASTM A 153 ASTM A 392 ASTM A 491 ASTM A 572 ASTM A 653 Zinc-Coated (Galvanized) Steel Barbed Wire Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products Zinc Coating (Hot-Dip) on Iron and Steel Hardware Zinc-Coated Steel Chain-Link Fence Fabric Aluminum-Coated Steel Chain-Link Fence Fabric High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Steel Quality Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy- Coated (Galvannealed) by the Hot-Dip Process COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 196

198 ASTM A 824 ASTM A 1011 ASTM B 117 ASTM B 221 ASTM B 429 ASTM F 668 ASTM F 1043 ASTM F 1083 ASTM F 1183 ASTM F 1345 ASTM G 152 ASTM G 153 ASTM G 154 ASTM G 155 FED SPEC RR-F-191/3 FED SPEC RR-F-191/4 Metallic-Coated Steel Marcelled Tension Wire for Use With Chain Link Fence Steel Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low- Alloy and High-Strength Low-Alloy with Improved Formability Standard Practice for Operating Salt Spray (Fog) Apparatus Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire Shapes and Tubes Aluminum-Alloy Extruded Structural Pipe and Tube Poly(vinyl Chloride)(PVC) and other Organic Polymer-Coated Steel Chain- Link Fence Fabric Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures Aluminum Alloy Chain Link Fence Fabric Zinc-5% Aluminum-Mischmetal Alloy-Coated Steel Chain Link Fence Fabric Operating Open Flame (Carbon-Arc) Light Apparatus for Exposure of Nonmetallic Materials Operating Enclosed Carbon-Arc Light Apparatus for Exposure of Nonmetallic Materials Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials Operating (Xenon-Arc) Light Apparatus for Exposure of Nonmetallic Materials Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces) Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) END OF ITEM F-162 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 197

199 Item P-610 Structural Portland Cement Concrete DESCRIPTION This item shall consist of plain or reinforced structural portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. MATERIALS General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali-aggregate reactivity in accordance with both ASTM C1260 and C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet the one of the following gradation shown in the table below when tested per ASTM C136. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 198

200 Sieve Designation (square openings) Gradation For Coarse Aggregate 2ʺ (50 mm) 1-1/2ʺ (38 mm) Percentage by Weight Passing Sieves 1ʺ (25 mm) 3/4ʺ (19 mm) 1/2ʺ (12 mm) 3/8ʺ (9 mm) No. 4 to 3/4 in. ( mm) No. 4 to 1 in. ( mm) No. 4 to 1-1/2 in. ( mm) No Fine aggregate. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation (square openings) 3/8 inch (9 mm) No. 4 (4.75 mm) No. 16 (1.18 mm) No. 30 (0.60 mm) No. 50 (0.30 mm) No. 100 (0.15 mm) Percentage by Weight Passing Sieves Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph , Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer Cement. Cement shall conform to the requirements of ASTM C150 Type II or IIA. If aggregates are deemed innocuous when tested in accordance with paragraph a.1 and accepted in accordance with paragraph a.3, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. The Contractor shall furnish vendors certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project Water. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 199

201 of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air-entraining admixtures. Air-entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The airentrainment agent and any water reducer admixture shall be compatible. b. Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set-accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set-accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used Premolded joint material. Premolded joint material for expansion joints shall meet the requirements of ASTM D Joint filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified Steel reinforcement. Reinforcing shall consist of reinforcing steel rebar Materials for curing concrete. Curing materials shall conform to on of the following specifications: CONSTRUCTION METHODS General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the Engineer Concrete composition. The concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5% of entrained air, ±1%, as determined by ASTM C231 and shall have a slump of not more than 4 inches (100 mm) as determined by ASTM C Acceptance sampling and testing. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor Qualifications for concrete testing service. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E 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 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 200

202 charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained Consistency. The consistency of the concrete shall be determined by the slump test specified in ASTM C 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 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 expense. Retempering of concrete by adding water or any other material shall not be permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non-staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 201

203 when necessary. The concrete shall not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches (100 mm) in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches (100 mm) or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement Construction joints. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout Expansion joints. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it Defective work. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete Surface finish. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine Curing and protection. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 202

204 during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed 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 Cold weather placing. 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 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 when directed by the Engineer. Not more than 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 Filling joints. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT ASTM C31 ASTM C39 ASTM C136 ASTM C138 ASTM C143 TESTING REQUIREMENTS Standard Practice for Making and Curing Concrete Test Specimens in the Field Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete Standard Test Method for Slump of Hydraulic-Cement Concrete COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 203

205 ASTM C231 ASTM C666 ASTM C1017 ASTM C1064 ASTM C1077 ASTM C1260 ASTM C1567 ASTM E329 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) Standard Test Method for Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar- Bar Method) Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar-Bar Method) ASTM A184 ASTM A185 ASTM A615 ASTM A704 ASTM A706 ASTM A775 ASTM A934 ASTM A1064 ASTM C33 ASTM C94 ASTM C150 ASTM C171 MATERIAL REQUIREMENTS Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement Standard Specification for Epoxy-Coated Steel Reinforcing Bars Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete Standard Specification for Concrete Aggregates Standard Specification for Ready-Mixed Concrete Standard Specification for Portland Cement Standard Specification for Sheet Materials for Curing Concrete COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 204

206 ASTM C172 ASTM C260 ASTM C309 ASTM C494 ASTM C595 ASTM C618 ASTM D1751 ASTM D1752 ACI 305R ACI 306R ACI 309R Standard Practice for Sampling Freshly Mixed Concrete Standard Specification for Air-Entraining Admixtures for Concrete Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete Standard Specification for Chemical Admixtures for Concrete Standard Specification for Blended Hydraulic Cements Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction Hot Weather Concreting Cold Weather Concreting Guide for Consolidation of Concrete END OF ITEM P-610 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 205

207 Item P-620 Runway and Taxiway Painting DESCRIPTION This item shall consist of the painting of markings, and stripes on the surface of the taxilane in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 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 PAINT. Paint shall be waterborne in accordance with the requirements of paragraph a. Paint shall be furnished in yellow or in accordance with Federal Standard No For TT-P-1952E and A-A-2886B paints, Type II is required. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type II. b. Epoxy. not used. c. Methacrylate. not used. d. Solvent-Base. not used. e. Preformed Thermoplastic Airport Pavement Markings. not used REFLECTIVE MEDIA. Glass beads shall meet the requirements for TT-B-1325D, Type III. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 F (7 C) and rising and the pavement surface temperature is at least 5 F (2.7 C) above the dew point. Painting operations shall be discontinued when the surface temperature exceeds 120 degrees F. Markings shall not be applied when the pavement temperature is greater than 120 F (49 C). No markings to be applied when the wind exceeds 10 knots EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 206

208 The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray 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. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. All markings applied on this project shall receive reflective media in the second coat 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 in (12 mm) in 50 ft (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 in (910 mm) or less ±1/2 in (12 mm) greater than 36 in to 6 ft (910 mm to 1.85 m) greater than 6 ft to 60 ft (1.85 m to 18.3 m) ± 1 in (25 mm) ± 2 in (51 mm) greater than 60 ft (18.3 m) ± 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. Table 1 Application Rates For Paint And Glass Beads Paint Type Paint Sq ft per gallon, ft 2 /gal. (Sq ms per liter, m 2 /l) Glass Beads, Type I, Gradation A Pounds per gallon of paint-lb./gal. (Km per liter of paintkg/l) Glass Beads, Type III Pounds per gallon of paint-lb./gal. (Km per liter of paint-kg/l) Glass Beads, Type IV Pounds per gallon of paint-lb./gal. (Km per liter of paint-kg/l) waterborne 115 SF / gal (max) * 10 lbs / per gal * 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. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 207

209 Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. 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. First coat of markings will be applied in accordance with the schedule, up to 30% of the application paint amount. After the 30-day waiting / cure period, a second coat of pavement markings shall be applied at 100% of the identified application rate of Table 1 (pavement marking and reflective media) APPLICATION--PREFORMED AIRPORT PAVEMENT MARKINGS. not this project 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. N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT ASTM C 136 ASTM C 146 ASTM C 371 ASTM D 92 ASTM D 711 TESTING REQUIREMENTS Sieve Analysis of Fine and Coarse Aggregates Chemical Analysis of Glass Sand Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders Test Method for Flash and Fire Points by Cleveland Open Cup No-Pick-Up Time of Traffic Paint COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 208

210 ASTM D 968 ASTM D (1975) ASTM D 1652 ASTM D 2074 ASTM D 2240 ASTM G Federal Test Method Standard No. 141D/GEN Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive Test Method for Crushing Resistance of Glass Spheres Test Method for Epoxy Content of Epoxy Resins Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Test Method for Rubber Products-Durometer Hardness Operating Light and Water-Exposure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Sampling and Testing ASTM D 476 Code of Federal Regulations Code of Federal Regulations FED SPEC TT-B-1325D AASHTO M 247 FED SPEC TT-P-1952E Commercial Item Description (CID) A-A-2886B FED STD 595 MATERIAL REQUIREMENTS Specifications for Dry Pigmentary Titanium Dioxide Pigments Products 40 CFR Part 60, Appendix A Definition of Traverse Point Number and Location 29 CFR Part Hazard Communications Beads (Glass Spheres) Retroreflective Glass Beads Used in Traffic Paints Paint, Traffic and Airfield Marking, Waterborne Paint, Traffic, Solvent Based Colors used in Government Procurement END OF ITEM P-620 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 209

211 Item D-701 Pipe for Storm Drains and Culverts DESCRIPTION This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS Materials shall meet the requirements shown on the plans and specified below Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements: AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter Concrete. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C Rubber gaskets. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc-coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D1056, for the RE closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F Joint mortar. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C Joint fillers. Poured filler for joints shall conform to the requirements of ASTM D Plastic gaskets. Plastic gaskets shall conform to the requirements of AASHTO M198 (Type B). CONSTRUCTION METHODS Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 210

212 Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch (200 mm) or 1/2 inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans Bedding. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30% of the pipe s vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10% of the pipe s vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or select sandy soil with 100% passing a 3/8 inch (9 mm) sieve and not more than 10% passing a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe s vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. b. Flexible pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth inch mm inch mm 1/ / /2 90 c. PVC, polyethylene, and polypropylene pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches (19 mm). For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50% of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe s vertical outside diameter. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 211

213 Laying pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer s reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe Joining pipe. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be so the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before applying mortar or grout. b. Metal pipe. Metal pipe shall be firmly joined by form-fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe. c. PVC, polyethylene and polypropylene pipe. Joints for PVC, Polyethylene, and Polypropylene pipe shall conform to the requirements of ASTM D3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294. Fittings for polypropylene pipe shall conform to ASTM F2881, ASTM F2736, or ASTM F Backfilling. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor s expense. Material for backfill shall be fine, readily compatible soil or granular material selected from the excavation or a source of the Contractor s choosing, or shall meet the requirements of Item P-153. It shall not contain frozen lumps, stones that would be retained on a 2-inch (50 mm) sieve, chunks of highly plastic clay, or other objectionable material. Granular backfill material shall have 95% or more passing the a 1/2 inch (12 mm) sieve, with 95% or more being retained on the No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on each side of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on each side of the pipe to one foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe s diameter or 12 feet (3.7 m), whichever is less. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 212

214 For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph c. All backfill shall be compacted to the density required under Item P-152. It shall be the Contractor s responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT AASHTO M167 AASHTO M190 AASHTO M196 AASHTO M198 AASHTO M219 AASHTO M243 AASHTO M252 MATERIAL REQUIREMENTS Standard Specification for Corrugated Steel Structural Plate, Zinc-Coated, for Field-Bolted Pipe, Pipe-Arches, and Arches Standard Specification for Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field-Bolted Pipe, Pipe-Arches, and Arches Standard Specification for Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe-Arches, and Arches Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-mm (12- to 36-in.) Diameter ASTM A760 ASTM A761 ASTM A762 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field-Bolted Pipe, Pipe-Arches, and Arches Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 213

215 ASTM A849 ASTM B745 ASTM C14 ASTM C76 ASTM C94 ASTM C144 ASTM C150 ASTM C443 ASTM C506 ASTM C507 ASTM C655 ASTM C1433 ASTM D1056 ASTM D3034 ASTM D3212 ASTM D6690 ASTM F477 ASTM F667 ASTM F714 ASTM F794 ASTM F894 ASTM F949 Standard Specification for Post-Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Standard Specification for Ready Mixed Concrete Standard Specification for Aggregate for Masonry Mortar Standard Specification for Portland Cement Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe Standard Specification for 3 through 24 in. Corrugated Polyethylene Pipe and Fittings Standard Specification for Polyethylene (PE) Plastic Pipe (DR PR) Based on Outside Diameter Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 214

216 ASTM F2435 ASTM F2562 ASTM F2736 ASTM F2764 ASTM F2881 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non-Pressure Drainage and Sewerage Standard Specification for 6 to 30 in. (152 to 762 mm) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe Standard Specification for 30 to 60 in. (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non-Pressure Sanitary Sewer Applications Standard Specification for 12 to 60 in. (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non-Pressure Storm Sewer Applications END ITEM D-701 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 215

217 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes DESCRIPTION This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS Brick. The brick shall conform to the requirements of ASTM C32, Grade MS Mortar. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C Concrete. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole Corrugated metal. Corrugated metal shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M Frames, covers, and grates. The castings shall conform to one of the following requirements: a. ASTM A48, Class 35B: Gray iron castings b. ASTM A47: Malleable iron castings c. ASTM A27: Steel castings d. ASTM A283, Grade D: Structural steel for grates and frames e. ASTM A536, Grade : Ductile iron castings f. ASTM A897:Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A Steps. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed Precast inlet structures. Manufactured in accordance with and conforming to ASTM C1433. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 216

218 Unclassified excavation. CONSTRUCTION METHODS a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material Brick structures. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P-610. b. Laying brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. c. Joints. All joints shall be filled with mortar at every course Exterior faces shall be laid up in advance of backing. Exterior faces shall be plastered or parged with a coat of mortar not less than 3/8 inch (9 mm) thick before the backing is laid up. Prior to parging, all joints on the back of face courses shall be cut flush. Unless otherwise noted, joints shall be not less than 1/4 inch (6 mm) nor more than 1/2 inch (12 mm) wide and the selected joint width shall be maintained uniform throughout the work. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 217

219 d. Pointing. Face joints shall be neatly struck, using the weather-struck joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing with water. If necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of water. f. Curing and cold weather protection. The brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost on the brick or when the air temperature is below 50 F (10 C) unless the Contractor has, on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60 F (16 C) for the duration of the curing period Concrete structures. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet Precast concrete structures. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full-bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position Corrugated metal structures. Corrugated metal structures shall be prefabricated. All standard or special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to allow the fastening of a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. When indicated, the structures shall be placed on a reinforced concrete base Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 218

220 shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down Installation of steps. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm). Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer Backfilling. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 219

221 N/A METHOD OF MEASUREMENT N/A BASIS OF PAYMENT ASTM A27 ASTM A47 ASTM A48 ASTM A123 ASTM A283 ASTM A536 ASTM A897 ASTM C32 ASTM C144 ASTM C150 ASTM C478 ASTM C1433 AASHTO M36 MATERIAL REQUIREMENT Standard Specification for Steel Castings, Carbon, for General Application Standard Specification for Ferritic Malleable Iron Castings Standard Specification for Gray Iron Castings Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates Standard Specification for Ductile Iron Castings Standard Specification for Austempered Ductile Iron Castings Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) Standard Specification for Aggregate for Masonry Mortar Standard Specification for Portland Cement Standard Specification for Precast Reinforced Concrete Manhole Sections Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers Standard Specification for Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains END OF ITEM D-751 COUNTY OF SANTA BARBARA, SANTA YNEZ AIRPORT 220

222 APPENDIX A GEOTECHNICAL REPORT

223

224

225

226

227

228

229

230

231

232

233

234

235

236

237

238

239

240

241

242

243

244

245

246

247

248

249

250

251

252

253

254

255

256

257

258

259

260

261

262

263

264

265

266

267

268

269

270

271

272

273

274

275

276

277

278

279

280 APPENDIX B CONSTRUCTION SAFETY PHASING PLAN

281 AVIATION SAFETY REQUIREMENTS DURING CONSTRUCTION Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Introduction The purpose of this Plan is to provide guidance for compliance with the Federal Aviation Administration (FAA) rules and regulations and with SantaYnez Valley Airport requirements with regard to access onto the airport s operations areas or restricted areas during the Airfield Security Upgrades project. Affected areas and possible safety problems are addressed in the plans and specifications. Specific issues will be discussed at the preconstruction meeting and workshop held by Tartaglia Engineering at the Santa Ynez Valley Airport 14 days prior to the Notice to Proceed. The project will run for 115 calendar days, consist of day work only, and include the elements listed in Scope of Project. The Contractor s attention is directed to FAA Advisory Circular 150/5370-2F, Operational Safety on Airports during Construction, with emphasis on safety during construction. The circular is included in its entirety as an appendix in the specification booklet. The Contractor will be expected to comply in detail with all of the requirements of this Advisory Circular and of this Construction Safety Phasing Plan (CSPP), keeping a copy available at all times while on airport property. Procedures for protecting all runway and taxiway safety areas, obstacle-free zones (OFZs), object-free areas (OFAs) and threshold citing criteria are outlined in AC 150/ Airport Design. Haul routes, stockpiles, contractor access, storage areas and work perimeter are delineated per details shown on the project layout plan and outlined in the project specifications. Notification for construction, including temporary shut-down of navigation aids or temporary closure of airport facilities will be handled by the Airport Manager. In addition to the requirements of Circular 150/5370-2F and Circular 150/ , the requirements set forth in this CSPP shall be complied with. Filing of FAA Form for this construction activity will be done by Tartaglia Engineering. Tartaglia Engineering is responsible for submitting this safety plan through the 7460 submittal process. Standard federal formatting of the CSPP begins on page 5. Scope of Project The County of Santa Barbara, airport sponsor, will accomplish the following construction in one contract. Improvements shall be constructed to improve airport access, drainage and security. The following elements are proposed on the ground: Removal and reconstruction of existing pavement. Grading improvements Installation of perimeter fence Installation of access gate and access control Hydroseeding, sediment and erosion control 1 Tartaglia Engineering

282 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Definitions For the purpose of this Plan: AOA, abbreviation for Air Operations Area: An area designated for aircraft maneuvering, or any field area restricted to the general public (In practice: most areas inside the airport perimeter fence). ARFF shall mean Air Rescue Fire Fighting. Project Engineer/Inspector shall mean the engineer or inspector assigned to inspect the project. Airport Management shall mean the Airport Manager and his designated representatives. Vicinity Map Santa Ynez, CA 2 Tartaglia Engineering

283 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan GENERAL CONSIDERATIONS Current System (System Baseline) Santa Ynez Valley Airport (TSP) is a small general aviation airport located in Santa Ynez, California. Figure 1 shows the entire airport with Runway The Airport Master Record in Figure 2 and Figure 3 contains airport information used in the FAA Airport Facility Directory. Additional comments on data elements are shown at the bottom of this form. Figure 1 Santa Ynez Airport 3 Tartaglia Engineering

284 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Figure 2 Airport Master Record 4 Tartaglia Engineering

285 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan 1. COORDINATION Prior to the pre-construction conference, the Contractor shall prepare a construction schedule of construction activities indicating time, location and nature of activities. Contractor shall attend weekly meetings in accordance with the Project Specifications during the course of the project. Specific issues regarding safety considerations will be discussed at the pre-construction safety workshop held by Tartaglia Engineering at the Santa Ynez Airport 14 days prior to the Notice to Proceed, with the contractor in attendance. Operational safety shall be a standing agenda item during the morning progress meetings throughout the life of the project. 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. 2. PHASING Work is to be completed in one contract and one phase and includes the five elements described in the Scope of Project, page AREAS AND OPERATIONS AFFECTED BY THE CONSTRUCTION ACITIVITY The areas and operations affected by this construction project are shown below. The area of work is shown listing the impacts on existing airfield movement, security, and Navaids, and precautions to be taken during construction. See Appendix A for full scale drawing showing construction area details. 5 Tartaglia Engineering

286 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Figure 4 Areas Affected by Construction 6 Tartaglia Engineering

287 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Impacts and Provisions Project (Approx. 115 Calendar Days) Complete all work associated with the removal and reconstruction of an existing access road and Forestry Service parking lot, construction of drainage improvements, installation of perimeter fencing with access gate and controls. Construction erosion and sediment control and hydro-seeding for final stabilization is also a part of the project. Impact on Existing Airfield Movement: All work within the runaway safety area (RSA) requires runway closure. The RSA is an imaginary rectangle centered on the runway centerline and is 120 feet wide, extending 240 feet beyond each runway end. There will be no runway closures associated with this project. Contractor will keep all equipment, stockpiles and staff clear of the RSA. Impact on Airport Perimeter Security: There will be temporary impacts to the access gate near the fire station. Temporary security fencing will be installed with a functional gate until the new gate is installed and operational. Impact on Navigation Aids: None Construction Work Window: 7:30 to 4:30 Precautions: All locked gates shall be locked after entry. Contractor is responsible for all delivery vehicles following the approved haul routes. 7 Tartaglia Engineering

288 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Impacts and Provisions for Element #1 Total Project Time: Approx. 115 Calendar Days for total project. Element #1: Removal and Reconstruction of Existing Access Road Complete all work associated with the removal and reconstruction of an existing access road. Impact on Existing Airfield Movement: RSA NOTICE: All work within the runaway safety area (RSA) requires runway closure. The RSA is an imaginary rectangle centered on the runway centerline and is 120 feet wide, extending 240 feet beyond each runway end. There will be no runway closures associated with this project. Contractor will keep all equipment, stockpiles and staff clear of the RSA. Impact on Airport Perimeter Security: There will be temporary impacts to the access gate near the fire station. Temporary security fencing will be installed with a functional gate until the new gate is installed and operational. Impact on Navigation Aids: None Construction Work Window: 7:30 to 4:30 Precautions: All locked gates shall be locked after entry. Contractor is responsible for all delivery vehicles following the approved haul routes. Contractor shall schedule his work so one clear lane of access to and from the Fire Station and Forestry Service is maintained at all times. 8 Tartaglia Engineering

289 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Impacts and Provisions for Element #2 Total Project Time: Approx. 115 Calendar Days for total project. Element #2: Rehabilitation of existing Forestry Service parking lot and driveway pavement. Complete all work associated with the removal and reconstruction of failed pavement in Forestry Service parking lot and driveway. Impact on Existing Airfield Movement: RSA Notice: Contractor will keep all equipment, stockpiles and staff clear of the RSA. The RSA is an imaginary rectangle centered on the runway centerline and is 120 feet wide, extending 240 feet beyond each runway end. All work within the runaway safety area (RSA) requires runway closure. There will be no runway closures allowed in association with this project. Impact on Airport Perimeter Security: There will be temporary impacts to the access gate near the fire station. Temporary security fencing will be installed with a functional gate until the new gate is installed and operational. Impact on Navigation Aids: None Construction Work Window: 7:30 to 4:30 Precautions: All locked gates shall be locked after entry. Contractor is responsible for all delivery vehicles following the approved haul routes. Contractor shall schedule his work so one clear lane of access to and from the Fire Station and Forestry Service is maintained at all times. 9 Tartaglia Engineering

290 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Impacts and Provisions for Element #3 Total Project Time: Approx. 115 Calendar Days for total project. Element #3: Stormdrain upgrade improvements Complete all work associated with the excavation, upgrade, and installation of storm drain system in the vicinity of the Fire Station. Impact on Existing Airfield Movement: RSA Notice: Contractor will keep all equipment, stockpiles and staff clear of the RSA. The RSA is an imaginary rectangle centered on the runway centerline and is 120 feet wide, extending 240 feet beyond each runway end. All work within the runaway safety area (RSA) requires runway closure. There will be no runway closures allowed in association with this project. Impact on Airport Perimeter Security: There will be temporary impacts to the access gate near the fire station. Temporary security fencing will be installed with a functional gate until the new gate is installed and operational. Impact on Navigation Aids: None Construction Work Window: 7:30 to 4:30 Precautions: All locked gates shall be locked after entry. Contractor is responsible for all delivery vehicles following the approved haul routes. No trenches in access roads will be left open overnight. Any trenches not backfilled, compacted, and brought to grade prior to the end of the work day shall be covered by steel plates. Contractor shall schedule his work so one clear lane of access to and from the Fire Station and Forestry Service is maintained at all times. 10 Tartaglia Engineering

291 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Impacts and Provisions for Element #4 Total Project Time: Approx. 115 Calendar Days for total project. Element #4: Security Fencing Installation Complete all work associated with the installation of security fencing.. Impact on Existing Airfield Movement: RSA Notice: Contractor will keep all equipment, stockpiles and staff clear of the RSA. The RSA is an imaginary rectangle centered on the runway centerline and is 120 feet wide, extending 240 feet beyond each runway end. All work within the runaway safety area (RSA) requires runway closure. There will be no runway closures allowed in association with this project. Impact on Airport Perimeter Security: There will be temporary impacts to the access gate near the fire station. Temporary security fencing will be installed with a functional gate until the new gate is installed and operational. Contractor shall provide one lane access clear from Fire Station to Airport at all times. Impact on Navigation Aids: None Construction Work Window: 7:30 to 4:30 Precautions: All locked gates shall be locked after entry. Contractor is responsible for all delivery vehicles following the approved haul routes. Contractor shall schedule his work so one clear lane of access for emergency vehicles from the Fire Station to the airport is available at all times. 11 Tartaglia Engineering

292 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan 4. PROTECTION OF NAVAIDS, CABLES, CONTROLS, AND WEATHER BUREAU FACILITIES Due to the critical nature of certain utilities to the operation of the Airport, the following Special Provisions for protection of Cables, Controls, and Navaids shall apply: The Contractor is hereby informed that there are installed on the Airport electrical power and communication cables serving airport lighting, airport facilities and a fuel island. Such facilities and electric cables must be fully protected during the entire time of construction. Work under this contract 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 weather, emergency conditions on the existing airfield area, anticipation of emergency conditions on the existing airfield areas, and for any other reason determined by the Engineer acting under the orders and instructions of the airport management. Any instructions to the contractor to clear any given area, at any time, by the Engineer /Airport Management, or other authorized personnel (by radio or other means) shall be immediately executed. Construction work shall be commenced in the cleared area only when additional instructions are issued by the proper authorities. All power, telephone and control cables leading to and from airport lighting, the fuel island and other facilities will be marked in the field by the Contractor before any work in their general vicinity is started. Thereafter, through the entire time of the construction, they shall be protected from any possible damage, including crossing with unauthorized equipment, etc. These special provisions intend to make perfectly clear the need for protection of, power, telephone and other facilities and cables by the Contractor at all times. The Contractor, at his/her expense, using identical materials shall immediately cause to be repaired, using skilled workmen approved by the Project Engineer and/or the telephone company, any underground cables serving Airport facilities which are damaged by Contractor s workmen, equipment, or work. Prior approval from the Engineer or from the representative designated by Airport Management must be obtained for the materials, workmen, time of day or night, and the method for temporary or permanent repairs. No impacts to Weather Bureau Facilities or Navaids. 5. CONTRACTOR ACCESS Contractor access to and from the airport shall be per the provisions cited in this Construction Safety Plan, the project plans and specifications, and the contents of FAA Circular AC150/5370-2F included in its entirety at the back of this document. Airport Security Requirements All contractor forces shall wear contractor designated clothing as outer wear, t-shirt, etc., with the name of the firm clearly visible. All gates shall be unlocked and locked with each passage. No piggy-backing allowed. All vehicles shall be equipped with flashing beacons and/or orange checked flags at all times. Personally owned vehicles will not be allowed beyond the employee parking area. In the event of material delivery, Contractor shall designate a flagman to accompany delivery vehicles at all times. 12 Tartaglia Engineering

293 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Vehicle Safety Requirements When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it will be escorted and properly identified. To operate in those areas during daylight hours, the vehicle operation on the movement areas during hours of darkness or reduced visibility must be equipped with a flashing dome-type light, the color of which is in accordance with local or state codes. It may be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8-inch block-type characters of a contrasting color and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, vehicles must display identification media, as specified in the approved security plan. Either a 3 x 3 orange and white checkered flag (for daylight hour operations only), or a rotating or flashing amber light (for day or night operations); AND A company name or logo on both sides of the vehicles. (NOTE: Certain special-purpose vehicles are exempted from compliance with this provision, as determined by Project Manager on a prior arrangement basis.) Vehicle marking requirements are shown in the project specifications. Employee parking shall be as designated by the Project Manager. Access to the job site shall be via specified Haul Routes as shown on the plans designated by the engineer and approved by the Project Engineer. Access and Driving on the Airport All personnel who will be driving on the Airport shall attend the pre-construction/safety workshop held at the airport 14 days prior to the Notice to Proceed. Material delivery or occasional drivers need not receive training provided they have a trained escort while on airport property. All vehicles and persons shall enter and exit the AOA (Airport Operations Area) through designated gates only. Maximum vehicle speed shall be 15 MPH while on airport property. No deviation from designated vehicle haul routes shall be allowed, unless previously approved by the Airport Manager. While in the AOA, all vehicles and persons shall remain within designated areas. No vehicle shall be parked or operated between a parked aircraft and the nearest building. No vehicle shall be parked on, or operated across any transient aircraft tie-down row, whether they are vacant or occupied. Except when operating within barricaded construction areas or haul routes, all vehicles and pedestrians must obtain a clearance from the contractor s radio monitor before approaching to within 90 feet of an active runway or 50 feet of an active taxiway. The Contractor s attention is drawn to the Section Two-way Radio Communication and Emergency Landings of this plan for radio communication requirements. 13 Tartaglia Engineering

294 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Fencing and Access Gates Throughout the duration of the project, security of the airport provided by the perimeter fence and access gates shall remain equal to or greater than pre-project condition. The integrity of the perimeter fence shall remain intact during construction. If necessary to facilitate construction, the Contractor shall construct, install, and maintain temporary perimeter fencing of equal or greater integrity than existing. All temporary fence alignments shall be reviewed and approved by the Engineer before installing. Manual access gates normally closed will remain closed. After entering or exiting the airport through an automatic gate, the Contractor shall remain in close proximity to the gate until the gate is fully closed, prohibiting airport access to any other individual. After entering the airport through a manual gate, the Contractor must lock himself in. All manual gates shall be locked after leaving the airport as well. During material import of export operations, the Contractor shall maintain a sentry at the access gate. The sentry shall be prepared to deny access to any unauthorized individuals. The gate shall be locked during all sentry breaks or lunch. Contractor Access and Haul Route Provisions The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AOA of the airport except those areas closed in accordance with the Haul Route. When the work requires the Contractor to conduct his/her operations within an AOA of the airport, the work shall be coordinated with Airport Management, through the Project Inspector, at least two working days (48 hours) prior to commencement of such work. The Contractor shall not close an AOA until so authorized by Airport Management. The Contractor s men and equipment shall be limited to the Construction areas shown on the project plans. Contractor agrees to implement such security measures as are necessary to assure compliance with Federal Aviation Administration, State and local airport regulations. The Contractor shall be responsible for clearly delineating the limits, or phases, of his operation. Delineation shall be installed in accordance with the typical delineation details shown on the plans. Taxiway or runway closed delineation shall be installed at critical locations that facilitate pilot judgment regarding active movement area. Delineation left overnight shall be clearly and adequately lighted. Batteries shall be replaced every two weeks. Haul routes will use existing vehicle service roads to bring in material or remove material at the worksite. Absolutely no deviations from designated routes will be allowed without prior written authorization of the Airport Manager and the Project Engineer. The Contractor s attention is directed to the plans, which show the access gate, haul routes and areas available for the storage of materials and equipment as required. The restriction and control of persons and vehicles allowed on the Airport is of prime importance. Therefore, the Contractor will be responsible for the persons and vehicles coming through the access gates during the time that he/she has it in his/her control. When the gates are unlocked, he/she shall have them in the closed position and guarded by a person on his/her staff who will allow only those persons known to him to be a part of the construction team. Additionally, only vehicles properly flagged 14 Tartaglia Engineering

295 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan or equipped with a rotating beacon will be allowed. At all times when the gates are not guarded by a person, they will be kept closed and locked. It shall be the Contractor s responsibility to inform any and all delivery personnel of these requirements. To avoid confusion with aircraft during the construction and to avoid damage to the existing pavement and to the adjacent property, the Contractor s equipment shall be restricted to haul routes shown on the plans and in this document. The routes will be open to the Contractor depending on work area actively under construction. In most areas the routes are coincident with or across existing ramps or taxiways. It shall be the responsibility of the Contractor to provide adequate safeguards, including flagmen, so that the operation of the Airport will not be hindered. All equipment storage areas shall be delineated as called out in the project specifications. At the end of each work day, the active haul route shall be swept and cleared of any debris. At the completion of work, all haul routes in paved or unpaved areas shall be restored to the conditions existing prior to the start of the work. Radio Communications Throughout the construction the following radio communications practices shall be observed: Each Contractor shall have on site at all times, an aviation radio, which receives and transmits on UNICOM Two-way radio communication with Airport Management shall be maintained at all times. If the Contractor is working in more than one location, each work area shall have a radio as directed by the Engineer. Contractor personnel who provide escorts for other vehicles or who act as flagmen on active runways/taxiways shall be equipped with radios as required. Contractor shall provide a minimum of two (2) fully-functional radios for use during construction, one of which is to be made available to the Inspector. Contractor s project foreman shall monitor the radio at all times. In the event the Airport Management cannot reach the Contractor s designated person they shall contact the Project Inspector, Brett Dolan, at Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with Airport Management or be escorted by a person in radio contact with them. The driver, through personal observation, must confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and the area is properly marked to prevent incursions. Aircraft and Pedestrian Operations Throughout the construction project, the following safety and operational practices shall be observed: Airport runways and taxiways should remain in use by aircraft to the maximum extent possible. Aircraft shall always have the right of way. Aircraft use of areas near the contractor s work shall be controlled to minimize disturbance to the contractor s operation. 15 Tartaglia Engineering

296 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Contractor, subcontractor, and supplier employees or any unauthorized persons must be restricted from entering an airport area that would be hazardous. Construction within the safety area of an active runway, taxiway, or apron and performed under normal operational conditions must be accomplished when the runway, taxiway, or apron is closed or use-restricted and initiated only with prior permission from the airport operator. The Airport Manager, Project Engineer, Inspector, or other designated airport representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. Specific Safety Requirements Aircraft, emergency vehicles, District maintenance vehicles, operational vehicles and enplaning and deplaning passengers have right of way over all traffic. This includes passengers for general aviation aircraft as well as fire-fighting and emergency response aircraft. Maximum vehicle speed shall be 15 MPH while on airport property. No vehicles shall be left unattended within the AOA, unless properly parked in a designated area and its engine turned off. No vehicle shall be operated or parked in such a manner to hamper the safe movements of aircraft, vehicles, or passengers mentioned in (1) above. No spilling or littering of any substance onto any paved surface shall be allowed. Vehicle operators shall make sure that no loose object falls onto a paved surface or is allowed to become dispersed by either the wind or propeller or jet blast. All hazardous conditions necessitated by construction or maintenance activities (trenches, excavations, stockpiles) shall be marked so as to render them readily visible, day and night. Hazardous conditions or obstructions left within runway or taxiway safety areas or on any paved, active area must have prior approval from the Airport Manager. Pollution by any substance, under any form, shall be properly controlled by means and methods acceptable to the Airport Manager. No metal track vehicle shall be operated on any paved surface, unless prior approval has been secured from the Airport Manager. All accidents, incidents involving bodily injury or property damages, regardless of severity or property ownership, which occur on the airport, shall be immediately reported to the Airport Manager. 6. WILDLIFE MANAGEMENT Contractor to discourage all activities that may serve to encourage wildlife in the following manner: Trash generated by Contractor shall be picked up during the day with no food related trash left overnight. Contractor shall strive to keep standing water at a minimum so as to discourage birds. Gates shall be kept shut when not in use to prevent domestic and wildlife access to the airport. 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Contractor to observe due diligence regarding foreign object debris on Airport property as follows: Waste and loose material must not be placed in active movement areas. 16 Tartaglia Engineering

297 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Materials tracked onto these areas must be removed continuously during the work project. All stockpiled material shall be constrained to prevent movement as a result of the maximum anticipated aircraft blast and/or forecast wind conditions. Materials, tools, etc. shall be positively secured during transportation or storage to prevent them from being dropped on the ground or blown, dispersed by the wind or propeller/jet blast. Artificial lighting to be utilized by the Contractor for night time work operations shall be such that it will at no time adversely affect the visibility of pilots operating aircraft at the airport. 8. HAZARDOUS MATERIAL (HAZMAT) MANAGEMENT Hazardous material spills and spill prevention shall be handled in the following manner: No maintenance, servicing or refueling of any vehicle or equipment shall be authorized anywhere on the airport except at locations(s) specifically authorized and designated by the Airport Manager Any spills of hazardous materials shall be reported immediately to the following parties: Call 911 for the local emergency response agency. Call The Governor s Office of Emergency Services, California State Warning Center. Information required at a minimum is as follows: identity of caller, location, date and time of spill, location of threatened waterway, substance and quantity, chemical name if known and a description of how it occurred. Contractor s employees shall not attempt to clean the spill until it has been evaluated by the local emergency response agency. Only those employees with a Hazardous Material Certification shall be involved in the cleanup and then only under the direction of the local emergency response agency. 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES Responsible Representatives/Points of Contact It is mandatory to keep the following people informed at all times of any and all Contractor operations on the airport property: Airport Manager Jim Kunkle 900 Airport Road Santa Ynez, CA Work Cell Assistant Airport Manager David Romero 900 Airport Road Santa Ynez, CA Work Cell 17 Tartaglia Engineering

298 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Airport Line Manager Jordan Graham 900 Airport Road Santa Ynez, CA Work Project Inspector Brett Dolan, P.E. Tartaglia Engineering 7360 El Camino Real Atascadero, CA Office Cell (Brett Dolan) Fax (Brett Dolan) Notices to Airmen (NOTAM) NOTAMs will be issued by David Romero, Assistant Airport Manager; Jordan Graham, Airport Line Manager, or Jim Kunkle, Airport Manager for Santa Ynez Airport. Construction Maintenance and Facilities Maintenance Before beginning any construction activity, the contractor must give notice. Upon completion of work and return of all such areas to standard conditions, the contractor must, through the airport operator, verify the Notices to Airmen (NOTAM) NOTAMs will be issued by, Airport Manager for Santa Ynez Airport. Construction Maintenance and Facilities Maintenance Before beginning any construction activity, the contractor must give notice through the airport operator, using the Notice to Airmen (NOTAM) System, of proposed location, time, and date of commencement of construction to Jim Kunkle, Airport Manager, Santa Ynez Airport. Upon completion of work and return of all such areas to standard conditions, the contractor must, through the airport operator, verify the cancellation of all notices issued via the NOTAM System. Throughout the duration of the construction project the contractor must: Be aware of and understand the safety problems and hazards described in AC 150/5370-2, Operational Safety on Airports during Construction. Conduct activities so as not to violate any safety standards contained in AC 150/ or any of the references therein. Inspect all construction and storage areas as often as necessary to be aware of conditions. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. Emergency Notification Procedures 18 Tartaglia Engineering

299 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan All traffic on the Airport, including aircraft and motor vehicles, are controlled and it is the responsibility of each individual to operate in a safe manner. Each Contractor shall have on site at all times, an aviation radio, which receives and transmits on frequency (UNICOM). Two-way radio communication with Airport Management shall be maintained at all times. If the Contractor is working in more than one location, each work area shall have a radio as directed by the Engineer. Contractor personnel who provide escorts for other vehicles or who act as flagmen on active runways/taxiways shall be equipped with radios as required. Contractor shall provide a minimum of two (2) fully-functional radios for use during construction, one of which is to be made available to the Inspector. Emergency Landing Procedures *Does not apply to this project* 10. INSPECTION REQUIREMENTS The contractor and airport operator must perform daily onsite inspections throughout the project with regard to safety, security and FOD and immediately remedy deficiencies, whether caused by negligence, oversight, or project scope change. Construction inspection shall be full time anytime construction is taking place. All inspection and materials testing requirements are identified in the specifications and FAA advisory circulars. All areas closed to air traffic during construction must be inspected by project inspector and Airport Management prior to being reopened to airport traffic. 11. UNDERGROUND UTILITIES Preservation of underground utilities is critical. The Contractor shall make it his/her priority to protect and preserve existing utilities during construction. Contractor shall be held to the following requirements: All intentional interruptions or restorations of utilities, whether surface or underground, must be approved by and coordinated in advance with the Airport Manager. All accidental interruptions of utilities must be immediately reported to the Airport Management representative and to the Project Inspector. Certain utilities considered critical to the operations of the airport must be repaired immediately after any accidental interruption. In the event the party causing such interruption cannot perform the repair before the time limit as determined by the Airport Manager, the latter will have the option of having the repair made by either a private firm or City personnel. The resulting cost and expenses will be the sole responsibility of the party causing the interruption. In the event of interruption or deactivation of waterlines, fire hydrants, or blocked and or rerouted emergency access routes Contractor shall immediately notify the Airport Manager and Airport Management. Airport Manager will in turn notify Emergency Response Agencies. 12. PENALTIES Unless expressly exempted in advance by the Airport Manager, failure by any person to comply with any of the requirements set forth in this Construction Safety Plan may result in the denial of access of said 19 Tartaglia Engineering

300 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan person to the AOA, in addition to other corrective measures (For example: citation, fine etc.) as dictated by the currently applicable Federal, State or Local laws, rules, regulations and procedures. Properly identified Airport employees are authorized to enforce the provisions contained herein above and/or to report any violations thereof. For the monitoring of this project s Operational Requirements all Airport Maintenance and Security personnel shall be authorized to exercise their authority of enforcement. Primary Airport contacts shall be made, however, through the designated representative of the Airport. 13. SPECIAL CONDITIONS Controlled Area Closing and Opening Procedures Soft Closure - A soft closure is short-duration occupancy of runway or taxiway. It does not necessarily include installation of closure delineation, turning power off, or turning navaids off. NOTAM not issued. Hard Closure -A hard closure is typically a planned occupancy of runway or taxiway. Closure delineation including closure crosses installed and maintained, electrical circuits turned off, navaids turned off. NOTAM issued. Procedure for soft closure (No ATC) Confirm the equipment consist is ready to go. Announce Santa Ynez Airport using UNICOM Identify the physical extent of occupancy including work area and access route. Example: Contractor occupying Runway Wait 2 minutes for aircraft to respond. Proceed into controlled area. Re-announce your occupation every five minutes, reducing the physical extent to only what is needed, if possible. Example: Santa Ynez Airport - Contractor occupying Runway Perform active listening throughout the occupancy duration, prepared to respond to aircraft. Procedure for opening after soft closure (No ATC) Inspect work area. Test electrical. Remove FOD and check graded shoulders. Confirm the equipment consist is ready to go. Continue to announce occupancy at five minute intervals. Expand physical extent of occupancy as necessary to include route from work area to outside controlled area. Report clear of all controlled airfield pavements upon exiting the controlled area. Procedure for hard closure (No ATC): File NOTAM hours in advance of planned closure. Call Airport Management to confirm they are ready to turn off navaids ( ). Confirm the equipment consist is ready to go. Announce Santa Ynez Airport using UNICOM Tartaglia Engineering

301 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Identify the time and the closed facility. Example: It is 11:30 pm, local time, Runway 8-26 is now closed. Wait 2 minutes for aircraft to respond. Turn off and lock out / tag out airfield electrical. Instruct FAA Facilities to proceed with turning off equipment. Proceed into controlled area. Install closure delineation and closure crosses. Perform active listening throughout the closure period, prepared to respond to aircraft. Inform Airport immediately if work will extend beyond the NOTAM period. If extension is of significant length, request an extension to the NOTAM. If extension is minor (few minutes), implement soft closure, ATC closed procedures by announcing your occupancy at five minute intervals. Procedure for opening after hard closure (No ATC) Inspect work area. Turn on and test electrical. Remove FOD and check graded shoulders. Remove closure crosses and closure delineation. Instruct Airport Manager to turn on airport lighting. ( ) Confirm the equipment consist is ready to go. If occupancy of controlled areas outside the NOTAM work area is needed to facilitate movement, announce Santa Ynez Airport using UNICOM Wait 2 minutes for aircraft to respond. Proceed into controlled area outside of NOTAM work area. Clear the NOTAM work area before the published end of work period. Announce using UNICOM frequency that all contractor forces are clear. Example Santa Ynez Airport, all contractor forces are now clear of Runway 8-26". NOTAM clears itself by timing out. NOTAM s cannot be cleared at the local level over the radio. Contact Airport Manager to clear a NOTAM should occupancy conclude well ahead of the NOTAM window ( ). Do not renter the work area after release of NOTAM. 14. RUNWAY AND TAXIWAY VISUAL AIDS There will be no changes to runway or taxiway visual aids during this project. 15. MARKING AND SIGNS FOR ACCESS ROUTES Construction delineators will be installed at all critical points for both sides of each haul route per approved plans. 16. HAZARD MARKING AND LIGHTING Procedures for protecting all runway and taxiway safety areas, obstacle-free zones (OFZs), object-free areas (OFAs) and threshold citing criteria are outlined in AC 150/ Airport Design. Specifically, the following procedures are in place for this activity: 21 Tartaglia Engineering

302 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Contractor to delineate work area with 24 orange cones at 10 intervals alternating with flashing beacons at 10 intervals, all per detail on approved plans. 17. PROTECTION OF RUNWAY AND TAXIWAY SAFETY AREAS Procedures for protecting the RSA and TSA Construction is limited to outside of the approved RSA, as shown on the approved airport layout plan- unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA that is equal to the RSA available during construction (see AC 150/ for exceptions). This project has limitations of 14 foot high equipment and is dictated as such in the specifications. Contractor forces shall remain clear of the 500 wide threshold safety area. Construction activity within the TSA is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment /material; evacuations, trenches, or other conditions are conspicuously marked and lighted; and local NOTAMs are in effect for the activity (see AC 150/ for wingtip clearance requirements). The NOTAM should state that, personnel and equipment are working adjacent to Commercial Taxiway Procedures for protecting runway edges Construction shall be limited to no closer than 250 feet from the runway centerline-unless the runway is closed or restricted to aircraft operation, requiring a lesser standard RSA that is equal to the RSA available during construction. Personnel, material, and /or equipment as defined in AC 150/ , Paragraph 306, Obstacle Free Zone (OFZ), is prohibited from penetrating the OFZ. Procedures for protecting runway ends. Construction shall be limited to no closer than 250 feet from the runway centerline-unless the runway is closed or restricted to aircraft operation, requiring a lesser standard RSA that is equal to the RSA available during construction. Personnel, material, and /or equipment as defined in AC 150/ , Paragraph 306, Obstacle Free Zone (OFZ), is prohibited from penetrating the OFZ. Marking and lighting for temporary thresholds Not applicable Closed Runway markings and lighting Not applicable Hazardous Area marking and lighting Hazardous areas on the movement area will be marked with barricades, traffic cones, flags, and flashers. These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, hazardous areas shall be identified with red flashing lights. The hazardous area marking and lighting will be supplied by the Contractor, as specified in the contract, and are depicted on the plans. 22 Tartaglia Engineering

303 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan Temporary lighting, marking Not applicable Approach clearance to runways Runway thresholds must provide an unobstructed approach surface over equipment and materials. (Refer to Appendix 2 in AC 150/ , Airport Design, for guidance in this area.) 18. OTHER LIMITATIONS ON CONSTRUCTION Prohibitions No person (other than personnel so authorized) shall approach the scene of any emergency unless requested to do so by Airport personnel or as immediate lifesaving requires. No torch-welding, open flame, material/equipment storage, or disposal of any waste material shall be authorized anywhere on the airport, except at designated locations and unless prior approval from the Airport Manager/Engineer has been secured. Restrictions Construction inspection shall be full time anytime construction is taking place. All inspection and materials testing requirements are identified in the specifications and FAA advisory circulars. All contractor forces shall comply with Cal-OSHA standards regarding protective headwear, footwear, and eyewear. Appropriate markers acceptable to the Engineer shall be used to define the work area and hazardous condition within the safety areas of the aircraft maneuvering area. Trench and excavation cover requirements are included in the specifications for this project. All open trenches, excavations, and stockpiled materials shall be prominently marked and lighted during the hours of restricted visibility and darkness. All closed, deceptive and hazardous areas resulting from construction activities shall be marked and lighted as appropriate. Barricades, flashers, markers, (and temporary directional signs where required) acceptable to the Engineer shall be installed by the Contractor before an area can be closed for work. Barricades shall be per detail shown on the project plans or a modification thereof when pre-approved by the Engineer. The Contractor shall provide lighting for all barricades at night. 24-hour advance notice to the Engineer shall be required prior to installing barricades, flashers, markers and temporary signs (mentioned above) for the purpose of closing a work area. 72-hour prior notice is required for the closing of any aircraft maneuvering area. (To be covered in weekly meetings.) Upon completion of the work, and before re-opening the site to aircraft traffic, the Contractor shall notify the Airport Operation s office of his/her intention to do so. A safety inspection by the Engineer and an Airport Representative will be conducted prior to the actual reopening of the area. Immediately prior to the re-opening of a closed area, the Contractor, as directed by the Engineer, shall remove all barricades, flashers, temporary markers and all other hazardous conditions, if any, in order to render the area suitable for aircraft traffic. 23 Tartaglia Engineering

304 Santa Ynez Valley Airport (IZA) Airfield Security Upgrades Construction Safety Phasing Plan The 24- or 72- hour prior notice mentioned above shall be processed via the Project Engineer/Inspector and include the following information: o Location and size of the area(s) proposed to be closed. o Dates and times (from/to) of closing. o Dates and times (from/to) of power interruption. o Nature and extent of the intended works. 24 Tartaglia Engineering

305 APPENDIX C DBE REPORTING FORMS

306 FAA REPORT OF CERTIFIED DBE CONTRACTORS USED ON FAA-ASSISTED CONTRACTS Name of Airport: Name of Recipient: City/State/Zip: Goal Period Dates: Preparer s Name: Telephone No: Date Prepared: DBE Firm: Address: City/State/Zip: Telephone No.: Type of Work and NAICS: Dollar Amount of Work: AIP Grant #s: Black American Asian Pacific American Disadvantaged Group (check one): Hispanic American Native American Non-minority Women Subcontinent Asian American Other (not of any group listed here) 1

307 DBE Firm: Address: City/State/Zip: Telephone No.: Type of Work and NAICS: Dollar Amount of Work: AIP Grant #s: Black American Asian Pacific American Disadvantaged Group (check one): Hispanic American Native American Non-minority Women Subcontinent Asian American Other (not of any group listed here) DBE Firm: Address: City/State/Zip: Telephone No.: Type of Work and NAICS: Dollar Amount of Work: AIP Grant #s: Black American Asian Pacific American Disadvantaged Group (check one): Hispanic American Native American Non-minority Women Subcontinent Asian American Other (not of any group listed here) (Add additional pages as necessary) 2

308 APPENDIX D OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION

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

310 AC 150/5370-2F September 29, 2011 Intentionally Left Blank ii

311 September 29, 2011 AC 150/5370-2F Table of Contents Chapter 1. Planning an Airfield Construction Project Overview Plan for Safety Develop a Construction Safety and Phasing Plan (CSPP) Who Is Responsible for Safety During Construction? 3 Chapter 2. Construction Safety and Phasing Plans Overview Assume Responsibility Submit the CSPP Meet CSPP Requirements Coordination Phasing Areas and Operations Affected by Construction Activity Navigation Aid (NAVAID) Protection Contractor Access Wildlife Management Foreign Object Debris (FOD) Management Hazardous Materials (HAZMAT) Management Notification of Construction Activities Inspection Requirements Underground Utilities Penalties Special Conditions Runway and Taxiway Visual Aids Marking and Signs for Access Routes Hazard Marking, Lighting and Signing Protection of Runway and Taxiway Safety Areas Other Limitations on Construction. 28 Chapter 3. Guidelines for Writing a CSPP General Requirements Applicability of Subjects Graphical Representations Reference Documents Restrictions Coordination Phasing Areas and Operations Affected By Construction Navigation Aid (NAVAID) Protection Contractor Access Wildlife Management Foreign Object Debris (FOD) Management Hazardous Materials (HAZMAT) Management Notification of Construction Activities Inspection Requirements Underground Utilities Penalties Special Conditions Runway and Taxiway Visual Aids Marking and Signs for Access Routes Hazard Marking and Lighting Protection of Runway and Taxiway Safety Areas Other Limitations on Construction. 36 Appendix 1. Related Reading Material 37 iii

312 AC 150/5370-2F September 29, 2011 Appendix 2. Definition of Terms 39 Appendix 3. Safety and Phasing Plan Checklist 43 Appendix 4. Construction Project Daily Safety Inspection Checklist 51 List of Tables Table 3-1 Sample Operations Effects List of Figures Figure 2-1 Markings for a Temporarily Closed Runway Figure 2-2 Taxiway Closure Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades iv

313 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 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 Taxiway Design Group will be introduced in AC 150/ A. 1 Chapter 1 Planning an Airfield Construction Project

314 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 , 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 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 , 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 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

315 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 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

316 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 ) 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

317 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 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 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

318 AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 1 Planning an Airfield Construction Project 6

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

320 AC 150/5370-2F September 29, 2011 (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings (3) 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. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. (6) 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. (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. (10) 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

321 September 29, 2011 (a) (b) (c) (d) General. Markings. Lighting and visual NAVAIDs. Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) (b) Purpose. Equipment. AC 150/5370-2F (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces (a) (b) (c) (d) (e) (f) Runway Safety Area (RSA). Runway Object Free Area (ROFA). Taxiway Safety Area (TSA). Taxiway Object Free Area (TOFA). Obstacle Free Zone (OFZ). Runway approach/departure surfaces. (18) Other limitations on construction. (a) (b) Prohibitions. 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) (b) (c) (i) Duration of each phase. Daily start and finish of construction, including night only construction. Duration of construction activities during: Normal runway operations. (ii) Closed runway operations. 9 Chapter 2 Construction Safety and Phasing Plans

322 AC 150/5370-2F September 29, 2011 (iii) Modified runway Aircraft Reference Code usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). requested). radio. (b) (c) (d) Listing of individuals requiring driver training (for certificated airports and as 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 Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) (b) Methods and procedures to prevent wildlife attraction. 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) (b) Contractor points of contact. Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting forms not previously submitted by the airport operator. (d) Batch plant details, including submittal. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. CSPP. (13) 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

323 September 29, 2011 (a) (b) (c) Equipment and methods for covering signage and airfield lights. AC 150/5370-2F Equipment and methods for temporary closure markings (paint, fabric, other). 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: Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans

324 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 Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre-meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take-off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. (4) Interruption of utilities, including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. (6) Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12

325 September 29, 2011 (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. AC 150/5370-2F 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 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 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

326 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/ , 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: MULTICOM. (i) Airport operations (ii) ATCT (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

327 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) (e) Proper radio usage, including read back requirements. 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 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 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/ , 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/ , 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

328 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 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/ , Foreign Object Debris (FOD) Management 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/ , Management of Airport Industrial Waste 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/ , 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

329 September 29, 2011 AC 150/5370-2F parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form , 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 , 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: (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 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/ , 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 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 Special Conditions. The CSPP must detail any special conditions that affect the operation of the 17 Chapter 2 Construction Safety and Phasing Plans

330 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) 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

331 September 29, 2011 AC 150/5370-2F (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates. Figure 2-1 Markings for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/ 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/ Chapter 2 Construction Safety and Phasing Plans

332 AC 150/5370-2F September 29, 2011 (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/ 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. T A X IW A Y C L O S U R E M A R K E R R E M O V E L E A D -O N C E N T E R L IN E IF "X " IS N O T IN S T A L L E D R S A B O U N D A R Y C L O S E D T A X IW A Y L O W P R O F IL E B A R R IC A D E W IT H F L A S H E R S T S A B O U N D A R Y 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

333 September 29, 2011 AC 150/5370-2F (2) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on-pavement markings. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, Runway and Taxiway Painting, in AC 150/ ), but the dimensions must meet the existing standards. c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/ , Design and Installation Details for Airport Visual Aids, and AC 150/ , Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 21 Chapter 2 Construction Safety and Phasing Plans

334 AC 150/5370-2F September 29, 2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/ , Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or Chapter 2 Construction Safety and Phasing Plans 22

335 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/ 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 ). At non-certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/ , 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/ (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/ Battery powered, solar, or portable lights that meet the criteria in AC 150/ 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. (4) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), 23 Chapter 2 Construction Safety and Phasing Plans

336 AC 150/5370-2F September 29, 2011 cover the light fixture in such a way as to prevent light leakage. d. Signs. To the extent possible, signs must be in conformance with AC 150/ , Specification for Runway and Taxiway Signs and AC 150/ , 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 Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/ 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/ , Frangible Connections, which may require modification to size and height guidance in the MUTCD Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs (for example No Entry, No Vehicles ) as necessary. (4) Air Operations Area General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and Chapter 2 Construction Safety and Phasing Plans 24

337 September 29, 2011 AC 150/5370-2F white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operations Area Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans

338 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 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/ 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/ ). 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/ ). 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/ 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

339 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 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/ ) 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/ , 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

340 AC 150/5370-2F September 29, 2011 (a) (b) are implemented. 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/ 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 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 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

341 September 29, 2011 See AC 150/ (4) No use of flare pots within the AOA. AC 150/5370-2F b. Restrictions. (1) Construction suspension required during specific airport operations. (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. 29 Chapter 2 Construction Safety and Phasing Plans

342 AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 2 Construction Safety and Phasing Plans 30

343 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 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 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 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 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 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 Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/ 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

344 AC 150/5370-2F September 29, 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 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. Project Phase Scope of Work Table 3-1 Sample Operations Effects Runway Reconstruction Phase II: Reconstruct Runway 15 End Reconstruct 1,000 ft of north end of Runway with Portland Cement Concrete (PCC). Operational Requirements Normal (Existing) Phase II (Anticipated) Runway 15 Average Aircraft Operations Runway 33 Average Aircraft Operations Carrier: 52 /day GA: 26 /day Military: 11 /day Carrier: 40 /day GA: 18 /day Military: 10 /day Carrier: 52 / day GA: 20 / day Military: 0 /day Carrier: 20 /day GA: 5 /day Military: 0 /day Runway ARC C-IV C-IV Runway 15 Approach Visibility Minimums Runway 33 Approach Visibility Minimums Runway 15 Declared Distances Runway 33 Declared Distances Runway 15 Approach Procedures Runway 33 Approach Procedures ¾ mile ¾ mile 1 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 RNAV VOR ILS RNAV VOR LOC only N/A N/A Visual only Runway 15 NAVAIDs ILS/DME, MALSR, RVR LOC/DME, PAPI (temp), RVR N/A N/A Chapter 3 Guidelines for Writing a CSPP 32

345 September 29, 2011 AC 150/5370-2F Runway 33 NAVAIDs Taxiway G ADG ILS/DME, MALSF, PAPI, RVR IV MALSF, PAPI, RVR 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 Airline XYZ requires VGSI Military operations relocated to alternate ANG Base 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/ 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* Minimum Distance to Threshold Based on Required Approach Slope* ft ft : 1 ft ft : 1 ft ft : 1 ft ft : 1 *See AC 150/ to complete the chart for a specific runway 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 Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide 33 Chapter 3 Guidelines for Writing a CSPP

346 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/ 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/ 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 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 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 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

347 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/ 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 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 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 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 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 Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. 35 Chapter 3 Guidelines for Writing a CSPP

348 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/ , Standards for Airport Sign Systems, and AC 150/ , as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs 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 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 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/ : 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/ : 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 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

349 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 AC AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ Title and Description Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. Airport Winter Safety and Operations 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 Guidance on locating certain land uses that might attract hazardous wildlife to publicuse airports. Painting, Marking, and Lighting of Vehicles Used on an Airport. Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. Ground Vehicle Operations on Airports Guidance to airport operators on developing ground vehicle operation training programs. Airport Design 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. Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution 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 FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. 37 Appendix 1 Related Reading Material

350 AC 150/5370-2F September 29, 2011 AC AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ AC 150/ FAA Order FAA Certalert FAA Form FAA Form 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 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. Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. Notice of Proposed Construction or Alteration Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at Title 14 CFR Part 139 Title 49 CFR Part 1542 Certification of Airports Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at Appendix 1 Related Reading Material 38

351 September 29, 2011 AC 150/5370-2F Appendix 2. Definition of Terms Term AC ACRC ACSI ADG AIP ALECP ANG AOA ARFF ARP ASDA ATCT ATIS ATO Certificated Airport CFR Construction CSPP Definition Notice Of Proposed Construction Or Alteration. For on-airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable 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 or filed electronically at: 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 Advisory Circular Aircraft Reference Code Airport Certification Safety Inspector Airplane Design Group Airport Improvement Program Airport Lighting Equipment Certification Program Air National Guard 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. Aircraft Rescue and Fire Fighting FAA Office of Airports Accelerate-Stop Distance Available Airport Traffic Control Tower Automatic Terminal Information Service Air Traffic Organization An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. Code of Federal Regulations The presence and movement of construction-related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. Construction Safety And Phasing Plan. The overall plan for safety and phasing of a 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

352 AC 150/5370-2F September 29, 2011 Term CTAF Displaced Threshold DOT EPA FOD HAZMAT IFR ILS LDA LOC Movement Area MSDS MUTCD NAVAID NAVAID Critical Area Non-Movement Area NOTAM Obstruction OE / AAA OFA OFZ OSHA P&R Common Traffic Advisory Frequency Definition 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. Department of Transportation Environmental Protection Agency Foreign Object Debris Hazardous Materials Instrument Flight Rules Instrument Landing System Landing Distance Available Localizer antenna array 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). Material Safety Data Sheet Manual on Uniform Traffic Control Devices Navigation Aid An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. 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. Notices to Airmen Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. Obstruction Evaluation / Airport Airspace Analysis Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area 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/ , for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in 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/ for guidance on OFZ. Occupational Safety and Health Administration Planning and Requirements Group Appendix 2 Definition of Terms 40

353 September 29, 2011 AC 150/5370-2F PAPI PFC Term Precision Approach Path Indicators Passenger Facility Charge Definition PLASI Project Proposal Summary RE REIL RNAV ROFA RSA SIDA SMS SPCD SRM Taxiway Safety Area TDG Temporary Temporary Runway End Threshold TODA TOFA TORA TSA UNICOM VASI Pulse Light Approach Slope Indicators A clear and concise description of the proposed project or change that is the object of Safety Risk Management. Resident Engineer Runway End Identifier Lights Area Navigation Runway Object Free Area 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/ Security Identification Display Area Safety Management System 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. Safety Risk Management 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/ Taxiway Design Group Any condition that is not intended to be permanent. 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. The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. Takeoff Distance Available Taxiway Object Free Area Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/ for guidance on declared distances. Taxiway Safety Area Transportation Security Administration A radio communications system of a type used at small airports. Visual Approach Slope Indicators 41 Appendix 2 Definition of Terms

354 AC 150/5370-2F September 29, 2011 VGSI VFR VOR VPD Term Definition Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPI), visual approach slope indicators (VASI), and pulse light approach slope indicators (PLASI). Visual Flight Rules VHF Omnidirectional Radio Range Vehicle / Pedestrian Deviation Appendix 2 Definition of Terms 42

355 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 Requirements for predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction are specified. Operational safety is a standing agenda item for construction progress meetings. Scheduling of the construction phases is properly addressed. General Considerations 205 Yes 205 Yes 206 Yes No No No Areas and Operations Affected by Construction Activity Drawings showing affected areas are included. 207.a Yes No Closed or partially closed runways, taxiways, and aprons are depicted on drawings. Access routes used by ARFF vehicles affected by the project are addressed. Access routes used by airport and airline support vehicles affected by the project are addressed. Underground utilities, including water supplies for fire fighting and drainage. Approach/departure surfaces affected by heights of temporary objects are addressed. 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. 207.a(1) 207.a(2) 207.a(3) 207.a(4) 207.a(5) Yes Yes Yes Yes Yes 207.a Yes 207.b(1) Yes No No No No No No No NA NA NA NA NA NA NA NA NA NA NA 43 Appendix 3 Safety and Phasing Plan Checklist

356 AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks 207.b(2) Yes No NA Detours for ARFF and other airport vehicles are identified. Maintenance of essential utilities and underground infrastructure is addressed. Temporary changes to air traffic control procedures are addressed. Critical areas for NAVAIDs are depicted on drawings. Effects of construction activity on the performance of NAVAIDS, including unanticipated power outages, are addressed. 207.b(3) 207.b(4) NAVAIDS Yes Yes 208 Yes 208 Yes Protection of NAVAID facilities is addressed. 208 Yes The required distance and direction from each NAVAID to any construction activity is depicted on drawings. Procedures for coordination with FAA ATO/Technical Operations, including identification of points of contact, are included. The CSPP addresses areas to which contractor will have access and how the areas will be accessed. The application of 49 CFR Part 1542 Airport Security, where appropriate, is addressed. The location of stockpiled construction materials is depicted on drawings. The requirement for stockpiles in the ROFA to be approved by FAA is included. Requirements for proper stockpiling of materials are included. 208 Yes 208, 213.a, 213.e(3)(a), 218.a Contractor Access Yes 209 Yes 209 Yes 209.a Yes 209.a Yes 209.a Yes No No No No No No No No No No No No NA NA NA NA NA NA NA NA NA NA NA NA Appendix 3 Safety and Phasing Plan Checklist 44

357 September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks No NA Construction site parking is addressed. 209.b(1) Yes Construction equipment parking is addressed. 209.b(2) Yes Access and haul roads are addressed. 209.b(3) Yes 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. Proper vehicle operations, including requirements for escorts, are described. Training requirements for vehicle drivers are addressed. Two-way radio communications procedures are described. Maintenance of the secured area of the airport is addressed. The airport operator s wildlife management procedures are addressed. 209.b(4) 209.b(5), 209.b(6) 209.b(7) 209.b(9) 209.b(10) Wildlife Management Yes Yes Yes Yes Yes 210 Yes Foreign Object Debris Management The airport operator s FOD management 211 procedures are addressed. Yes Hazardous Materials Management The airport operator s hazardous materials 212 management procedures are addressed. Yes Procedures for the immediate notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. Notification of Construction Activities 213 Yes No No No No No No No No No No No NA NA NA NA NA NA NA NA NA NA NA 45 Appendix 3 Safety and Phasing Plan Checklist

358 AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks 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. A list of local ATO/Technical Operations personnel is included. 213.a Yes 213.a Yes A list of ATCT managers on duty is included. 213.a Yes A list of authorized representatives to the OCC is included. Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of NOTAMS about airport conditions resulting from construction are included. Provision of information on closed or hazardous conditions on airport movement areas by the airport operator to the OCC is specified. Emergency notification procedures for medical, fire fighting, and police response are addressed. Coordination with ARFF personnel for nonemergency issues is addressed. Notification to the FAA under 14 CFR parts 77 and 157 is addressed. Reimbursable agreements for flight checks and/or design and construction for FAA owned NAVAIDs are addressed. Daily inspections by both the airport operator and contractor are specified. Final inspections at certificated airports are specified when required. Procedures for protecting existing underground facilities in excavation areas are described. 213.b Yes 208, 213.b, 218.b(4)(i) Yes 213.b Yes 213.c Yes 213.d Yes 213.e Yes 213.e(3)(b) Yes Inspection Requirements 214.a Yes 214.b Yes Underground Utilities 215 Yes No No No No No No No No No No No No No NA NA NA NA NA NA NA NA NA NA NA NA NA Appendix 3 Safety and Phasing Plan Checklist 46

359 September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks Penalty provisions for noncompliance with airport rules and regulations and the safety plans are detailed. Any special conditions that affect the operation of the airport or require the activation of any special procedures are addressed. The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs is addressed. Penalties 216 Yes Special Conditions 217 Yes No No NA NA Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs 218.a Yes No NA Frangibility of airport markings, lighting, signs, and visual NAVAIDs is specified. The requirement for markings to be in compliance with AC 150/5340-1, Standards for Airport Markings is specified. The requirement for lighting to conform to AC 150/ , Design and Installation Details for Airport Visual Aids, AC 150/ , Specification for Portable Runway and Taxiway Lights, and AC 150/ Airport Lighting Certification Program, is specified. The use of a lighted X is specified where appropriate. The requirement for signs to conform to AC 150/ , Specification for Runway and Taxiway Signs, AC 50/ , Standards for Airport Sign Systems, and AC 150/ , Airport Lighting Certification Program, is specified. The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/ and, to the extent practicable, with the MUTCD and/or State highway specifications. Prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. 218.a, 218.c, 219, 220.b(4) Yes 218.b Yes 218.b(1)(f) 218.b(1)(b), 218.b(3) Yes Yes 218.c Yes Marking and Signs For Access Routes 219 Yes Hazard Marking and Lighting 220.a Yes No No No No No No No NA NA NA NA NA NA NA 47 Appendix 3 Safety and Phasing Plan Checklist

360 AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks 220.a Yes No NA Hazard marking and lighting are specified to identify open manholes, small areas under repair, stockpiled material, and waste areas. The CSPP considers less obvious constructionrelated hazards. 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. The spacing of barricades is specified such that a breach is physically prevented barring a deliberate act. Red lights meeting the luminance requirements of the State Highway Department are specified. 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. Barricades marked with diagonal, alternating orange and white stripes are specified to indicate construction locations in which no part of an aircraft may enter. Highly reflective barriers with lights are specified to barricade taxiways leading to closed runways. 220.a Yes 220.b(1) 220.b(1) 220.b(2) 220.b(4) 220.b(4) 220.b(5) Yes Yes Yes Yes Yes Yes Markings for temporary closures are specified. 220.b(5) 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. The CSPP clearly states that no construction may occur within a safety area while the associated runway or taxiway is open for aircraft operations. 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. 220.b(7) Yes No No No No No No No No No Protection of Runway and Taxiway Safety Areas 221.a(1), 221.c(1) 221.a(2), 221.c(2) Yes Yes No No NA NA NA NA NA NA NA NA NA NA NA Appendix 3 Safety and Phasing Plan Checklist 48

361 September 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks Procedures for ensuring adequate distance for protection from blasting operations, if required 221.c(3) by operational considerations, are detailed. Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open. Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. The CSPP includes provisions for prominent marking of open trenches and excavations at the construction site. Grading and soil erosion control to maintain RSA/TSA standards are addressed. The CSPP specifies that equipment is to be removed from the ROFA when not in use. The CSPP clearly states that no construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. Appropriate details are specified for any construction work to be accomplished in a taxiway object free area. 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. Provisions for protection of runway approach/departure areas and clearways are included. 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. The CSPP prohibits the use of flare pots within the AOA at any time. The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. 221.a(4) 221.a(4) 221.a(4) 221.c(5) Yes Yes Yes Yes 221.b Yes 221.c Yes 221.d Yes 221.e Yes 221.f Yes Other Limitations on Construction 222.a(2) 222.a(4) 222.a(3) Yes Yes Yes No No No No No No No No No No No No NA NA NA NA NA NA NA NA NA NA NA NA 49 Appendix 3 Safety and Phasing Plan Checklist

362

363 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

364 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. Obliterated or faded temporary markings on active operational areas. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. Lack of radio communications with construction vehicles in airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52

365 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

366 AC 150/5370-2F September 29, 2011 Intentionally Left Blank Appendix 4 Construction Project Daily Safety Inspection Checklist 54

367 APPENDIX E FAA CONTRACT PROVISIONS

368 FAA Airports Required Contact Provisions for Airport Improvement Program and for Obligated Sponsors Contents 1. ACCESS TO RECORDS AND REPORTS. (Reference: 2 CFR , 2 CFR ) AFFIRMATIVE ACTION REQUIREMENT. (Reference: 41 CFR part 60-4, Executive Order 11246) BREACH OF CONTRACT TERMS. (Reference 2 CFR 200 Appendix II(A)) BUY AMERICAN PREFERENCE. (Reference: 49 USC 50101) CIVIL RIGHTS - GENERAL. (Reference: 49 USC 47123) CIVIL RIGHTS TITLE VI ASSURANCES CLEAN AIR AND WATER POLLUTION CONTROL. (Reference: 49 CFR 18.36(i)(12)) Note, when the DOT adopts 2 CFR 200, this reference will change to 2 CFR 200 Appendix II(G)) CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS. (Reference: 2 CFR 200 Appendix II (E)) COPELAND ANTI-KICKBACK ACT (Reference: 2 CFR 200 Appendix II(D), 29 CFR parts 3 & 5) DAVIS-BACON REQUIREMENTS. (Reference: 2 CFR 200 Appendix II(D)) DEBARMENT AND SUSPENSION (NON-PROCUREMENT). (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order DOT Suspension & Debarment Procedures & Ineligibility) DISADVANTAGED BUSINESS ENTERPRISE. (Reference: 49 CFR part 26) ENERGY CONSERVATION REQUIREMENTS. (Reference 2 CFR 200 Appendix II(H)) EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS. (Reference 41 CFR , Executive Order 11246) FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC 201, et seq.) LOBBYING AND INFLUENCING FEDERAL EMPLOYEES. (Reference: 49 CFR part 20, Appendix A) NONSEGREGATED FACILITIES REQUIREMENT. (Reference: 41 CFR ) OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) RIGHT TO INVENTIONS. (Reference 2 CFR 200 Appendix II(F)) TERMINATION OF CONTRACT. (Reference 2 CFR 200 Appendix II(B)) TRADE RESTRICTION (Reference: 49 CFR part 30) TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order ) VETERAN S PREFERENCE (Reference: 49 USC 47112(c))... 47

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

EXECUTIVE ORDER 11246

EXECUTIVE ORDER 11246 EXECUTIVE ORDER 11246 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246). Applicable to contracts/subcontracts exceeding $10,000.00) (1) As used

More information

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL Subject to the applicability criteria noted, these provisions apply. Failure to comply with the terms of these Civil Rights provisions may be sufficient

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

EQUAL EMPLOYMENT OPPORTUNITY AGREEMENT

EQUAL EMPLOYMENT OPPORTUNITY AGREEMENT EQUAL EMPLOYMENT OPPORTUNITY AGREEMENT This EQUAL EMPLOYMENT OPPORTUNITY AGREEMENT ("Agreement") is entered into as of, 201_, by and among ( General Contractor ), a [limited liability company], with a

More information

EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION POLICY UNDER EXECUTIVE ORDER 11246

EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION POLICY UNDER EXECUTIVE ORDER 11246 468 N. Rosemead Blvd. Pasadena, CA 91107 Fax 626.351.8880 Telephone 626.351.8800 EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION POLICY UNDER EXECUTIVE ORDER 11246 A. Statement of Policy. In order

More information

NOTICE TO BIDDERS FOR

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

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

EQUAL EMPLOYMENT OPPORTUNITY (EEO) SPECIAL PROVISIONS

EQUAL EMPLOYMENT OPPORTUNITY (EEO) SPECIAL PROVISIONS Minnesota Department of Transportation EEO Special Provisions Revised 05/09 EQUAL EMPLOYMENT OPPORTUNITY (EEO) SPECIAL PROVISIONS This section of Special Provisions contains the Equal Employment Opportunity

More information

Mn/DOT has established a single review and monitoring process which meets both Federal and State requirements.

Mn/DOT has established a single review and monitoring process which meets both Federal and State requirements. Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 05/10 EQUAL EMPLOYMENT OPPORTUNITY (EEO) SPECIAL PROVISIONS This section of Special Provisions contains the

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

FHWA 1273 Compliance Reviews. Learning Outcomes. Contractor Compliance Program Authorities. 23 CFR Part 230 (Subparts A, C, and D)

FHWA 1273 Compliance Reviews. Learning Outcomes. Contractor Compliance Program Authorities. 23 CFR Part 230 (Subparts A, C, and D) FHWA 1273 Compliance Reviews Learning Outcomes At the end of this session, participants will be able to: Recognize the requirements of the FHWA 1273 contract provision on a federal-aid project; Identify

More information

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT Sheet 1 of 7 REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT 1. General: Equal employment opportunity requirements to NOT discriminate and to take affirmative

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 12/2/2015 Project 157014 Addendum No. 1 PID No. 100965 ATH CR 33B

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief 305.01 Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief Fiscal Officer. This document shall serve to enable responsible

More information

MINNESOTA STATE SECTION NOTICE TO BIDDERS AFFIRMATIVE ACTION CERTIFICATE OF COMPLIANCE

MINNESOTA STATE SECTION NOTICE TO BIDDERS AFFIRMATIVE ACTION CERTIFICATE OF COMPLIANCE NOTICE TO BIDDERS AFFIRMATIVE ACTION CERTIFICATE OF COMPLIANCE Minnesota State intends to carry out its responsibility for requiring affirmative action by its CONTRACTORS. a. Covered Contracts and CONTRACTORS.

More information

Invitation to Bid

Invitation to Bid Invitation to Bid 10-001-18 Battery Creek Fish Passage Battery Creek Road Kodiak Soil and Water Conservation District Department of Natural Resources March 30, 2018 TABLE OF CONTENTS (Federal Aid) 1. Invitation

More information

ADVERTISEMENT FOR BIDDERS

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

More information

CERTIFICATION REGARDING LOBBYING. (This Certification is required pursuant to 31 U.S.C. 1352)

CERTIFICATION REGARDING LOBBYING. (This Certification is required pursuant to 31 U.S.C. 1352) CERTIFICATION REGARDING LOBBYING (This Certification is required pursuant to 31 U.S.C. 1352) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/11/2015 Project 153037 Addendum No. 2 PID No. 98695 CUY SR 10

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

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

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

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

DEPARTMENT OF THE TREASURY

DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE & PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM PUBLIC AGENCY Guidelines for Administering Equal Employment Opportunity

More information

ATTACHMENT D. WORKFORCE TRAINING & HIRING PROGRAM Contractor Checklist

ATTACHMENT D. WORKFORCE TRAINING & HIRING PROGRAM Contractor Checklist WORKFORCE TRAINING & HIRING PROGRAM Contractor Checklist This program applies to projects estimated at $200,000 or more and subcontracts of $100,000 or more Portland Public Schools ( District ) has engaged

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

EQUAL OPPORTUNITY CONSTRUCTION CONTRACT COMPLIANCE

EQUAL OPPORTUNITY CONSTRUCTION CONTRACT COMPLIANCE Approved: Effective: July 20, 2011 Office: Equal Opportunity Topic No.: 275-020-002-g Department of Transportation EQUAL OPPORTUNITY CONSTRUCTION CONTRACT COMPLIANCE PURPOSE: The Federal Highway Administration

More information

YOUR LETTERHEAD EQUAL EMPLOYMENT OPPORTUNITY (EEO) POLICY STATEMENT

YOUR LETTERHEAD EQUAL EMPLOYMENT OPPORTUNITY (EEO) POLICY STATEMENT YOUR LETTERHEAD EQUAL EMPLOYMENT OPPORTUNITY (EEO) POLICY STATEMENT SHALL NOT DISCRIMINATE AGAINST ANY EMPLOYEE OR APPLICANT FOR EMPLOYMENT BECA OF ACTUAL OR PERCEIVED: RACE, COLOR, RELIGION, NATIONAL

More information

GENERAL INFORMATION BOOKLET

GENERAL INFORMATION BOOKLET GENERAL INFORMATION BOOKLET Return the following forms with your contract Acknowledgement of EEO Commitment Form Statement and Acknowledgement Form (SF1413 Federal Projects only EXHIBIT 3 INTRODUCTION

More information

Illinois State Toll Highway Authority SPECIAL PROVISIONS FOR EQUAL EMPLOYMENT OPPORTUNITY PROGRAM

Illinois State Toll Highway Authority SPECIAL PROVISIONS FOR EQUAL EMPLOYMENT OPPORTUNITY PROGRAM Illinois State Toll Highway Authority SPECIAL PROVISIONS FOR EQUAL EMPLOYMENT OPPORTUNITY PROGRAM 1. OBJECTIVE OF THE EQUAL EMPLOYMENT OPPORTUNITY PROGRAM (EEO): To promote equality of employment opportunity

More information

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Part I List below all dates for receipt of each Addendum received in connection with this solicitation. ADDENDA RECEIPT ACKNOWLEDGEMENT BID NUMBER: TITLE: INSTRUCTIONS: The proposer will complete Part I OR Part II of this form, whichever is applicable as well as sign and date this form. This form serves

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

ATTACHMENTS MISSOURI STATE OPERATING PERMIT, WATER POLLUTION CONTROL PROGRAM FEDERAL WAGE RATES--GENERAL DECISION NUMBER: MO /9/2014 MO1

ATTACHMENTS MISSOURI STATE OPERATING PERMIT, WATER POLLUTION CONTROL PROGRAM FEDERAL WAGE RATES--GENERAL DECISION NUMBER: MO /9/2014 MO1 ATTACHMENTS MISSOURI ONE CALL LOCATE REQUEST FORM MoDOT - LOCAL ROADS PERMIT INFORMATION MoDOT LOCAL ROADS PERMIT REQUEST MoDOT LOCAL ROADS PERMIT COMPLETION REPORT REQUIRED CONTRACT PROVISIONS, FEDERAL-AID

More information

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

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

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas (915) / Fax: (915)

County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas (915) / Fax: (915) County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 www.epcounty.com ADDENDUM 1 To: From: All Interested Bidders Lucy Balderama, Procurement

More information

DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE)

DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE) DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE) GOOD FAITH EFFORT (GFE) PARTICIPATION PROGRAM FOR SMALL AND MINORITY BUSINESS ENTERPRISES For Federally

More information

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation.

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation. CMHA Prospective Business Vendor: Enclosed, you will find a variety of forms regarding Section 3 (Housing & Urban Development Opportunities Act of 1968, as amended). Please complete and attach the Section

More information

APPENDIX G WORKFORCE HIRING AND TRAING PROGRAM

APPENDIX G WORKFORCE HIRING AND TRAING PROGRAM APPENDIX G WORKFORCE HIRING AND TRAING PROGRAM Contractor Checklist This program applies to select prime contracts of $200,000 or more and subcontracts of $100,000 or more. The following Workforce Training

More information

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 (REVISED 4/10) MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

City of Eagle Point 2017 Paving Instruction to Bidders

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

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

AFFIRMATIVE ACTION PLAN FOR HOME FUNDED PROJECTS

AFFIRMATIVE ACTION PLAN FOR HOME FUNDED PROJECTS Pennsylvania Housing Finance Agency 211 North Front Street Harrisburg, PA 17101 AFFIRMATIVE ACTION PLAN FOR HOME FUNDED PROJECTS Project Ownership Entity: PHFA Project #: PHFA Project Name: Rev. 5/18 1

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008)

POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008) POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008) I-100 Purpose. (a) This Appendix I to 48 CFR Chapter 2 implements the Pilot Mentor-Protege Program (hereafter referred

More information

NYE COUNTY, NEVADA. CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS for the GABBS AIRPORT REHABILITATE UNPAVED RUNWAYS 2017

NYE COUNTY, NEVADA. CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS for the GABBS AIRPORT REHABILITATE UNPAVED RUNWAYS 2017 NYE COUNTY, NEVADA CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS for the GABBS AIRPORT REHABILITATE UNPAVED RUNWAYS 2017 2 6 2017 FAA AIP No. 3 32 0029 009 PWP NY 2017 124 Date: February 2017 Prepared

More information

Renewable Energy Power Purchasing

Renewable Energy Power Purchasing Attachment D City of Philadelphia Economic Opportunity Plan Renewable Energy Power Purchasing Introduction, Definitions and Diversity Practices A. Chapter 17-1600 of The Philadelphia Code requires the

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project Invitation for Bid (IFB) DISP-KIWASH-2018-001 DISPOSAL OF USED PROJECT VEHICLE (Toyota Prado TX) Issue Date: January 19, 2018 WARNING: Prospective

More information

DFARS Appendix I. Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program TABLE OF CONTENTS. I-100 Purpose. I-101 Definitions.

DFARS Appendix I. Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program TABLE OF CONTENTS. I-100 Purpose. I-101 Definitions. DFARS Appendix I Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program I-100 Purpose. I-101 Definitions. I-102 Participant eligibility. I-103 Program duration. I-104 Selection of protege

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

HOUSING AUTHORITY OF THE COUNTY OF LEBANON REDEVELOPMENT AUTHORITY OF THE COUNTY OF LEBANON

HOUSING AUTHORITY OF THE COUNTY OF LEBANON REDEVELOPMENT AUTHORITY OF THE COUNTY OF LEBANON HOUSING AUTHORITY OF THE COUNTY OF LEBANON REDEVELOPMENT AUTHORITY OF THE COUNTY OF LEBANON REQUEST FOR PROPOSALS FOR HUMAN RESOURCE MANAGEMENT SERVICES March 28, 2016 Housing and Redevelopment Authorities

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Description Number Procurement Standards Sect (b)

Description Number Procurement Standards Sect (b) Federal Regulations for Government Agencies 24 CFR Part 85 Procurement Standards This information is provided as an outline and is not intended to be a complete summary of the regulations. Please read

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

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

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

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

SECTION 3 PARTICIPATION PLAN. (Owner/Developer and General Contractor)

SECTION 3 PARTICIPATION PLAN. (Owner/Developer and General Contractor) SECTION 3 PARTICIPATION PLAN (Owner/Developer and General Contractor) For (Name and Address of Construction Project) Submitted by: Name of Owner/Developer: Address: Primary Contact: Phone number: Email:

More information

H 7427 SUBSTITUTE A ======== LC004265/SUB A ======== S T A T E O F R H O D E I S L A N D

H 7427 SUBSTITUTE A ======== LC004265/SUB A ======== S T A T E O F R H O D E I S L A N D 01 -- H SUBSTITUTE A LC00/SUB A S T A T E O F R H O D E I S L A N D IN GENERAL ASSEMBLY JANUARY SESSION, A.D. 01 A N A C T RELATING TO LABOR AND LABOR RELATIONS - FAIR EMPLOYMENT PRACTICES Introduced By:

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FAIR CHANCE INITIATIVE FOR HIRING (BAN THE BOX) ORDINANCE EFFECTIVE JANUARY 22, 2017

CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FAIR CHANCE INITIATIVE FOR HIRING (BAN THE BOX) ORDINANCE EFFECTIVE JANUARY 22, 2017 CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FAIR CHANCE INITIATIVE FOR HIRING (BAN THE BOX) ORDINANCE EFFECTIVE JANUARY 22, 2017 Department of Public Works Bureau of Contract Administration

More information

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date:

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date: PROJECT THE BIDDING AND CONTRACT PROVISIONS Document 00 40 00 - Bid (Standard Contract Set) at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: To: The Board of Trustees of the University of Illinois

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Apprenticeship Standards. Standards of Apprenticeship

Apprenticeship Standards. Standards of Apprenticeship Apprenticeship Standards Standards of Apprenticeship Commonwealth of Massachusetts Department of Labor Standards Division of Apprentice Standards Employer Program Sponsor Formulated By: Company: Manufacturing

More information

City of Somers Point 1 West New Jersey Avenue Somers Point, NJ Notice of Solicitation for Requests for Proposals Public Relations Services

City of Somers Point 1 West New Jersey Avenue Somers Point, NJ Notice of Solicitation for Requests for Proposals Public Relations Services City of Somers Point 1 West New Jersey Avenue Somers Point, NJ 08244 Notice of Solicitation for Requests for Proposals Public Relations Services Notice is hereby given that pursuant to the provisions of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS LIVERORE AADOR VALLEY TRANSIT AUTHORITY (LAVTA) REQUEST FOR PROPOSALS FOR ADAPTIVE SIGNAL CONTROL TECHNOLOGY SERVICES #2016-05 LIVERORE AADOR VALLEY TRANSIT AUTHORITY 1362 Rutan Court, Suite 100 Livermore,

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS April 2, 2011 INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS This project is partially funded with federal-aid highway funds, and is subject to the requirements for participation of Disadvantaged

More information

AFFIRMATIVE ACTION PLAN (AAP) FOR EQUAL EMPLOYMENT OPPORTUNITY

AFFIRMATIVE ACTION PLAN (AAP) FOR EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION PLAN (AAP) FOR EQUAL EMPLOYMENT OPPORTUNITY LEE & RO, Inc. February 2005 CONFIDENTIALITY STATEMENT This Affirmative Action Plan (AAP) contains confidential information, which is subject

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

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

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

BID Addenda No. Date Issued Addenda No. Date Issued

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

More information

CHAPTER 12: LABOR STANDARDS

CHAPTER 12: LABOR STANDARDS CHAPTER 12: LABOR STANDARDS CHAPTER PURPOSE & CONTENTS This chapter provides states with general information on labor standards as these requirements apply to CDBG-funded construction work. The following

More information

CONTRACT AND BONDS FOR HIGHWAY CONSTRUCTION OREGON DEPARTMENT OF TRANSPORTATION SALEM, OREGON

CONTRACT AND BONDS FOR HIGHWAY CONSTRUCTION OREGON DEPARTMENT OF TRANSPORTATION SALEM, OREGON CONTRACT AND BONDS FOR HIGHWAY CONSTRUCTION OREGON DEPARTMENT OF TRANSPORTATION SALEM, OREGON OREGON TRANSPORTATION COMMISSION TAMMY BANEY DAVID LOHMAN SUSAN MORGAN ALANDO SIMPSON SEAN O'HOLLAREN MATTHEW

More information

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

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

More information

MODEL AFFIRMATIVE ACTION PLAN INTRODUCTORY STATEMENT

MODEL AFFIRMATIVE ACTION PLAN INTRODUCTORY STATEMENT MODEL AFFIRMATIVE ACTION PLAN INTRODUCTORY STATEMENT The Massachusetts Legal Assistance Corporation expects all MLAC-funded legal services programs to have an Affirmative Action Plan that covers a program

More information

CHAPTER V: CONSTRUCTION MANAGEMENT

CHAPTER V: CONSTRUCTION MANAGEMENT CHAPTER V: CONSTRUCTION MANAGEMENT Meticulous front-end work will take you a long way toward a successful, smooth running construction project...unless, of course, you run into an Indian burial ground

More information

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) Fleetwood Community Pool Feasibility Study ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) The chair of Parks and Recreation of the Fleetwood Borough in Berks County, Pennsylvania, is accepting proposals for

More information

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

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

More information

COLUMBIA CREDIT UNION An Equal Opportunity Employer

COLUMBIA CREDIT UNION An Equal Opportunity Employer COLUMBIA CREDIT UNION An Equal Opportunity Employer Columbia Credit Union is an equal opportunity employer and does not discriminate on the basis of gender, gender identity, age, race, color, religion,

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

CONSTRUCTION PROCEDURES HANDBOOK

CONSTRUCTION PROCEDURES HANDBOOK CONSTRUCTION PROCEDURES HANDBOOK SECTION V SUBSECTION A DATE CONSTRUCTION AFFIRMATIVE ACTION CONTRACTOR S COMPLIANCE WITH EEO, ON THE JOB TRAINING, AND LABOR REQUIREMENTS Contractors, subcontractors, consultants

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT The Reno-Tahoe Airport Authority (RTAA) Reno, Nevada, is seeking

More information

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT A. Introduction a) General Information The Fort Wayne-Allen County Airport Authority

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

1. Sinopse do Pedido de Cotação

1. Sinopse do Pedido de Cotação 1. Sinopse do Pedido de Cotação DAI, implementer of the USAID funded SPEED+, invites qualified vendors (companies or individuals) to submit quotations to supply and deliver Photography Services, as follows:

More information