Loading...
HomeMy Public PortalAboutORD13892 BILL NO. 2005-24 SPONSORED BY COUNCILMAN Martin ORDINANCE NO. I � y q'A AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SAM GAINES CONSTRUCTION FOR THE WEHMEYER DRIVE RELOCATION PROJECT. WHEREAS, Sam Gaines Construction has become the apparent lowest and best bidder on the Wehmeyer Drive Relocation project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Sam Gaines Construction is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayorand City Clerk are hereby authorized to execute an agreement with Sam Gaines Construction for Wehmeyer Drive Relocation. • Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: .t i" v� Approve resi ing Officer / Mayor A EST: APPROVED AS TO FORM: r� City Clerk' City Counselor • FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2233 - Project No. 61004 - Wehmeyer Drive Relocation AIRE 025-40B Community Development, Engineering - Opened June 7, 2005 BIDS RECEIVED: Total Base Bid Sam Gaines Construction, New Bloomfield, MO $ 195,208.00 Concrete Engineering,Jcffcrson City, MO $ 243,342.00 ,,. Kevin Rackers Excavating, New Bloomfield, MO $ 246,748.86 Don Schneiders Excavating,Jefferson City, MO $ 273,393.00 Emery Sapp & Sons, Columbia, MO $ 274,547.50 *Twehous Excavating, Jefferson City, MO $ 277,712.25 Lehman Construction, LLC, California, MO $ 281,420.00 *JC Industries,Jefferson City, MO $ 291,697.50 *Jeff Schnicders Construction,Jefferson City, MO $ 311,897.00 Columbia Curb&Gutter, Columbia, MO $ 327,005.00 APAC, Columbia, MO $ 359,686.25 *Outside corporate City limits • FISCAL NOTE: 3502-9900-7350-5015 -Airport Matching 2004-05 Budget $ 221,988.00 Expended -0- Encumbered -0- Bid 2232 26,780.00 Bid 2233 195.208.00 Balance $ -0- PAST PERFORMANCE: This contractor has satisfactorily completed prior work. Staff believes the contractor will complete this project as specified and bid. RECOMMENDATION: Staff recommends award of the bid to the lowest,responsible bidder meeting the specifi- cations, Sam Gaines Construction of New Bloomfield, Missouri at a total cost of$195,208.00. ATTACHMENTS - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation • Signature G!�A� z4dte�11161U Purchasing A Director, 4mi% ve lopment r r f erson NITY CEVELCPMENT Memorandum c."w" �c, Mcm� 320 East McCarty Street • Jefferson City, Missouri 65101 Phone: (573) 634-6410 Fax (573) 634-6562 .wwwjeffcltymo.org Date: June 14,2005 To: Terry Stephenson-Purchasing Agent,Finance i.-From: Jason Schneider—Design Engineer Through: Gene Williams, P.E.—Engineering Division Directo � Re: Wehmeyer Drive Relocation - AIRE 02540B Project No. 61004,Bid No.2233 Public Works has completed a review of the bids opened at 1:30 PM on June 7,2005 for the above noted project. As part of the review all the bids were tabulated to check for math errors,and to compare unit price,quotes of the various contractors. Attached to this memo is the tabulation of the eleven(11)bids that were received for the • project. Based on our review,we recommend acceptance of the base bid from the low bidder Sam Gaines Construction, 3205 County Rd 402,New Bloomfield,Missouri 65063. The total base bid is$195,208.00 this project will be funded 90%thru grant and 10%city match for the %3 cent sales tax. The project will be expensed as follows: Sam Gaines Construction ($195.208.00) Account Number: Amount Available: Required: Remaining: 3502-9900-7350-5015 $221,988.00 $195,208.00 $26,780.00 If you need any other information please feel free to contact me at extension 453. Attachments: Bid Tabulation Sheet Original Bid Submittals C: Rich Mays Pat Sullivan • FAMY•PROJECM61004-Airport Rd ReloeationTurclwing Merno.doc g R88M88888888888 RS86 .6n pp p � g ^mm � OIL g N N N N A N„A N N N „ M N N A N N C N N N cl m jot, w �R8888R8R8F� B$$88�8 oNR 1888888888888888888 son 888.6 88 M N A N N N m N K w N N M R w N N V N w88888888W8}8$RE8S8888 ¢888 .N 7a $$$888888888888� E3 IXA» N N pNp p �! 9NApp p C O O YOI e q 9 8 82 IO N ka!wN w M M `N w N o t888888888898188$SS Sic W N8 888g8 88 8 8�8� g� m °.= • Of 1- NAN� AM��SNYi N ryN�g �» {VW�I w N N YI Um O. w ppp pppp�O p�O I�I� pop yip $�W 800880 0 pO 1(010 N�O{N INS,ItC.G1�ry .Q88O VO�8O Ip0 V8 Z� yOy{{O 1(O��1�OAyMQAN1pN TAO~O ��I/1 Rig v MCI[ aO yyyy In QQ T LLaa > JJJ��uaj lS W LLJ W yNNJ W�u/� 0fn }p7 W C _ IC m u a Up tn EY 6FiF AtSd < �to u J • p H yqf 2 n �CI` v s88888888888888$88 80 8888 88 Oil * • � '�`{�°M9� w N SS'iFtt$N"��nwRA '�, �.n�� _�C � 88H8 8888888888888 m88 J y yCQ N Z RNY{ h Nv1 sgsssssssssss�ssss �� I�8� g5 U nI NA� ZCR Y• : W8aNM8 N{��$H8888.1• 88 8<�/IN8�RP8.N 888 8�� �g 8gR la,1 N 111 aga kk8$88888888888 8888 n�` 8 N LTMiSMNN MNwrii�°1�R5i '�$ A N N N N o r cWt�i a8,�8,.}r�QJ88888p88�88t$�8�{i88��$18e�{ J ��Y114����Np�X h&MN�iNN F � `•l o 888888888888888888 8888, 8,8 • �g��a � � &�&«� Si«�RA��R��i � ���� tts • 888�mSH888�8jO8�pry��8fH�8888 Q$�<88 sag mill YI CCR n �i YNI YI c pgQ8 Q8�0 Qg $pm 1 •'^,�aNNN�j..fT{l'),CI ID^^Q^ l'!�O y� '(y�yy LL1� 1�, aa gj}O. Qj>Q. �QN�0T)yy j}Q. l.I 07 N WW` W m m YS • s �qp�Qj pL p r N� o 6010 • 88888$888888$ 8888 8$88 8� a a S DI�B Stt� y 5«3N t w P; kk88888$$88888$88888 $�` 8$88 88 NN�N & N, N NN�HNVIN N� V tt V 8 ppp'p yy�� pp pppppyy��VV��pp pppp p 0 SR fm 8 8 8 0 0 0 m N O 8 8 O O bQ OQ O O S 88888$88888888_888$ $� 8,880 8,$ n Knmna a yh�ML{ �Nlq �' NN�NN S1 A NNp� �� L LLI m p p p p p p p pp p p p p p p p = U 888pQ88y BO�jj ym�O SO tf�G�C0C�G0G,Q0pp�0m8R5 0 (p0p(����0 It eZ m�m�ayOAM�NWNN�NNNCNIF{�(ei( ANA 7 ppp Hp Mpp ppCMMpp ppppppNpppp p'p Mp Np ppN �! pppC p F O 0 0 0 0 0 0 0 0 p O Q m .� K $$ O mROy{YIQ� • ` i5 "4ppt�$<$ ^o�(( N oI 41��M N Rig 4`l�uRf�[YI fp`pI O di (QR, °¢ T� ' „NViNNh N HN.mNM N $N AM �m 6 G ppp Cp ppp ppppp YY��pYI 000 � QOn000h�f�t'y000G ry83j N W CV 6 ..^^80fVNN ^P`vi`�?^^Q^ v `W g fi g ^ o @Po Z � z�md8 m u J f g,5i2 WC a�� ��Vri3"S1�t�X,}n '�'•ittttiyyy{,�,M,a Y) � • 7 ,•+,�� t t �c.rrt a tJ• tl f 'b `t`1k3 a v x IN Of q, Iggir�o ��.{."# f }" 'tf flirt D, i n, tit , �' •� ',N�•J?f ';.lktx; �'3:�,t1;S�4'k"� S ''.4 z`tr'�.r"rr,�j j� •'�' •.Jf:u{� �tl ,�'yQy! pg4hi J KE L ,. I + ` ,#},t f' }'j AS;�rr,,. p'} �x-, ,xx �S Ft i h �4tX i` ft1Tp t.*T 4h � k, .ti{I y rt f.a p J rrvy:x' 'rRiY'�}riA ,:� Y�ltill;t�; .J •+ r�fi qu2'I l:i..,_�,Nyk�,.rµr. t J��•� �.^ryM t,t3;i^.J Jr,�, ^•},'rf, i.1 :rrj,(S,. CONTRACT " iZ•` 1+ .Y'"yt•.IniJ��;! ;5, Y ik�Nrf 3y `L���i'J',h /l� .J t i Relocation PROJECT t v 4 ,I J Ot � t8 r f�>yl�rifj St � •�c, lY I ij•r'Sry:61004 Y�aY(f*� i (�•i 3•°,. +' tS ' y sHJ Yf} vii����j� 'Lr �•�f j�1{jlth�is'7 vS y STATE BLOCK • AIRE 025-40B yy� 4'p {2tJ r1.• '4 }, i 4r-P�iY;. 7 j'!1 y tt.J,E i'r� Tsr L>tfLap"tt ita+fp fr r.it 3;(_al)dj V,wL .ti<IJ '! r {+ �YirJ'.�3 .vr'fiJY> FJ�ltySE 'T }iEF: �f{ Y�� i^ #xY i,p.J�J�ri\`a i"'>Ih�}}`.." JJ�� C f rr, • I U ,T4i� �3'{'�^R�f r`J.. 1 Y ' J+r )' s S !h9(+ar'�iFt+F r( It!Fffi�M� , C ♦} t r � �Fi �J fC J Jf�a f�J1 Ka a r 2 , f `c1f �„T��i`1'� �t+'I"°4 5' iY r .l F; S. r t t •� b''�T 1STt �,ISJ!/txfr in r � I{y t L �'�}1J§:Cf rt(ft i4�rfdp+,}�Ji �.��V t+,r,'(i`t �. fYK '�, r>i �+''IP h�Il v l�w t` ° E }v /✓ 1 v''. iy t {'�% t r'3 �''xi�,lt �')}'Myfj�� f{ ' t IY-i� 5 p� Fp� •��SY��1"t)r'�''«r ty '"r, c <.1' , rr rk,»X\{.{f' ,��rt ( � ' Y( .Y i+ Y i:•:,,F.M�{,r•.�•r p}t�} Stri �I`!�h� ��!{yyi 7. i Ii�~ /- l:l� � ,t j .'rF 3 '�:i d)I >. t•'YN" it y J, ! <., 1 -0;lv J talila r^ , a ., 'f�+ Vrl +, t♦$:Y`4tJ�yy"t >ti�t. 't!� "P�d '°t C '�v3' `a"' i� f!'>,St.f� aJ Y} S d ri { S A x J'#' 1 r t t* ' l5 Y'� J r(.7.♦��it /'�<�� �+, �1- .'{ w �u tti F 4 �>'}, S'1'I 6,},1:+ } vLar �r�. .�(' �. y e f tJ t i tt-.stp i 1 # A ) Y 1 7. )r (tp Fri �y�k CJ.�.+Jf Q t � •i'iR R�,r� F(t7,v} i..I'rt�T1 4)• c;�J�'t7ttY'd I^�$ }I (I ltt t.. iFh7 {'�+{•rlsv hSrsY 5'r R•Y yJr }� r�, i'r 2" J: J tlUt frr Vl1 ix �+ {u ," {uJNjt � T.. ,.y J�. ^�•� ���J.�tI.-vyi.5�'{,�Sjtt r;���yh Sr Yh 4ItJ 4 . tT ^ -4 � Jl � r: {I� �}t V•r.�,Y���•�y'�tj ri4�' < 14 "� 'rk. � �Fe�{ �f 1J{I i � & : •+v3Jf f Ai � p' 7 Jt J t1p3e � i e ?1 J'y 't.�r 4 I Jy r y t{YJt c^ri��l J.tryit�a}r t y(h#it a.>}rn,�"a��}F p'#'`tlJi<�rf.rt"('p%Zf'�'Y r£,r}ts j��{r'.S"l t�r 4�'Y♦7 fi.t",:tpC!ry Gi•I i�•t .°v..�41�^,�{J,�7 7"•�:•`t-��v'�v:wc.'fi�ws''ir i'1.' j"1♦,1�Ti•�'.`tW 1 3�4r'r.f5 y t(i 1 l t�3?)J;('S `y:{r s f✓ tIOsN}i J kj',t,i,{p t I''S'r��i"T�-r 1'j V;4 r Y t t F{`>>til y i s,J j f�1 f(1 r i'J'i t r J F V4r.J•{ t tu; i S f + r t tli ,tv S,.{� #. :^v! : .e 5}E/t"I%1'�JM4t + f• t� 1 'F �N`}i fy?`` �11±)n 7e�'S',SE iYi{jil}Jn.�iI Y,ty {r} 4i r♦. 1,�t,t ^{T {ts{{; t ( J, t } �. � �,� .iJj{a 4, V� 3 f �5 r 1f, �•'# ttJi 'J�r` a � � +� t+"r ti �JE,Z �.,T L•L. + jty' ' es , 41'U'ttfl Jj I'i2' 't�trl '.Lr �, ,��' r r f�yMx ✓ * .�• g1.I�41 t t� 15'i F 7\ , tl 7t�1 '# trt♦,L rrrrft r} 3 ,{ r v >tV f«r�,J �i,a3•°;r/j� t >1�� i I S} � i't fir t t' Fatf / n' '�.'+iyyr � n�'Fi( E +j•�r•?r I. GLtI ' • r; rF{ .`i 3 -J ru:fh »F 4 V' `/ Ily i,ir { r , xCr x r r. '' °u Y, �li rit� },t tj,S}:} 1;'-. "{ � . Y y X rs•'x`t E }4, Y�LtEvt�> r s d of i i(, r 1',ii' ' 1 y Yr' 1 J7 hJ (riyT .ri'TRI�I` tt+� '1)Jt � I a�•�t}f.��,�C+ ti�Jj `� f �[�:y. S„ y ♦ ,Is,S4 i t)7, ) -ti f h 4,7 J J tttry , tr• T, .wx tp' �^'°�'7 .. 3+, in`i s. � Yiit +y r r 1'' 1 Jry Y .Jo- ., v •".0 d ,h t )p*b ; r!' R t\»4�Y ' t / <n Sw! _ }i r Y fi 6 ,T At �a ti3 ak ,gyp.. N M( i � �A ur,i , +} 11'J '{ i � �yw^ �'. ! t• I , 1 ,k is })1?. S Yt 1 s (ir"'1 Yif��S }3 �t' r t Jl'�11rokY'. � {f y,?\ '� ,t�7e,�i A'�f•.t + � }rA a Y�P Y .{,.,1 1 r,f,,1p,X ;•.. { t;;yry� p (h, r� JOY + Jt v '. a{<) Fk A(t y ,tf.�i'sZ ^/''j xft,,� yy xly. tYf '1'�' vslP J{„��"• y tt.V rJY(Qkk{M1 1�a��r .t.I�7t JI»•i$' ittr / i1tq F t irrl ' t { )) t.� 1 ♦ a Jt �b ntt5 •�, .tj , J.�i 1 it l rt 1' T t'• � .J vl '7 `nkX"t `�,�flt a =;F J,• tits r6{ wJj' .. ' t>T . .G5 �" 1' r e' litr' 1i t r 4 nl + < p qJ G4 , >•.4"­ 11 �' , `(f:}"�`^ c •6;1 �s `�r'1`. S��.r 't�j t �1' k ;sa� � J 4 }A• 'bi�•..,.. , t da ,N' t t c c°�J i5.1E1ye.. C a. yrt tr v it r t L c vlr'4� .uy,'j,if �Y4Y r i l '}I t 1 �J a#� ,l�, „rt,p. t •.Sk . r {s rtJ't t• w'L n c r J JJ, ­I* _ , �J ! Z Sr va; 1d :r.�s '+ 3r tta;kJ�`.t3� 9h 9 s F ,�'•. r � , t i R,Sr i k F'?r Yt{ ' w♦ " k t?1 tnS° y`� fT{t 2 , Y't' ''r0 �y'{ '}ri�t e { It ,�t4 '�s �i + :*, '{7y 1,q ?`§{, ? r to YI}f,7rl > rp'f. r y �, t'4R} ij'75r+SYihY t 'E )t t v k ' J3: '�t� S YW,.t!Z•'r fi rti.j{.� 't ! `"4 y5{S iJ 71t 1. ) ,N.xT�'?.(t 2t't F' •.l.!< dt t, i t. rjJ' , �T .,•!`�ft_� ��.;r�>`�Lvhel .a:ai�i3'?�.ft!` ;IFgi'.'R "k� Jr'•Vrt "'tTr•i,w)iAt r'`k'���'4sY t(4'�'i' .�.s'7{ t'''1T � 4f't}:t•vi; tir; �!T;'r5'�Yr'i.''..�lrY h. � l r T} $ t e� F 4 fJ' t � s'+'1tt, 1 V`s '-:jJ.,y 7�'�a,..t��, 4�i:?�r4t.s`•'tl+f ytt, '4 '' i .Y •4.f •:y, t3 ��tt �. .-r: 1 7-f, r ,l /4!71 f� ,;t.,,. >t.r'..$:�4 I h'Su`J J'"itv�'`" l 4�;• , :! Yr.•}!y f,�\ ` ' I' t �' / f ! +! R•.!� F, s S . i " J�A'7t+ l� Ei Fi!'Sap-'/i,pp +' i "' s"•,A'}ktfyy p� ;ry �; 'J�]},, r�ttrl' 1 ,rsfx '�yyy 1� /9�t d}�,➢��t Y�7iy+i �S�)'u,�: { t, }}!r) r J Ik�tRl JT dr�(..�,SYlY ti�tt tA"i } �Vf 4 tS + �'�y•tl i Y (K �j}�j�4k3 4 Ib �fsY r l,i>1 •)r /" J F �if 4atJ �-Y} 7 JY��,YJ t�' •evr �I{ps [ ��`` a y /�v•' •i'(�j� Fii #r,f(7"q,TjL'j'�.) fj��i lYL4'Y J� ryl� %, r^. Y� :• � tejt td}t t {b'<f�, � ' t �'"t��j'��� if'(. r� �✓IX �Yd''rJf.1� t$♦Fn �aY+�t'FPJ.'.t>} htifty J r. 1t ._2 ? �7 J' _a»7r WT...lil Y{r•+w�t""J:�Frw T..,skl.i�ff:�. +�:.t'a "��n.",t �fk:?:..4. .lAi ..�?M�S� 1 ' SPECIFICATIONS AND CONTRACT DOCUMENTS Wehmeyer Drive Relocation PROJECT NO. 61004 STATE BLOCK GRANT NO. AIRE 025.408 J1 ' • `�yat��aaaaaararrr,,r W► E•1G g�R � 4v `1. Slit e Jefferson City Department of Community Development ' BID DOCUMENTS &TECHNICAL SPECIFICATIONS ', • TABLE OF CONTENTS ' SECTION I NOTICETO BIDDERS...................•.......•..•.••.............•.••••••.......••.........•.......•...••......•.•••..... 2 •' SECTION 2 INSTRUCTIONSTO BIDDERS......................................................................................... 6 1 SECTION 3 GENERALPROVISIONS......••............•..............•.............•...................•.•.........••.••.....•••..•.. 8 ' SECTION 4 SUPPLEMENTARY PROVISIONS........................••••.........••.........••.......•.............•............ 44 Part A -FEDERAL AND STATE PROVISIONS.............................................................. 44 ' Part B •DBE ADMINISTRATION.•..•............•.••..•.•...........................................•••..........•. 66 Part C -LOCAL PROVISIONS.......................................................................................... 71 Part D -FEDERAL AND STATE WAGE RATES............................................................ 72 SECTION 5 toTECHNICAL SPECIFICATIONS....................................................................................... 73 APPENDIX ' ADVISORY CIRCULARS............•••.•...•.........•••••••.•...........•••.••...................•......•..•..•......... 74 PROPOSALWO— MS PROPOSALFORM.••..•...........•.•..••........•....••••••.•...........•.•....•.................••••........•.••.•.....•..1. 75 ' PERFORMANCE BOND......•...•......•.••••••••..••...........•••••..........•••••.......••...........................1. 81 ' PAYMENTBOND............................................................................................................•• 83 CONTRACT AGREEMENT............................................................................................... 85 1 1 SECTION 1 ' NOTICE TO BIDDERS • City of Jefferson ' Jefferson City Memorial Airport State Block Grant Project No.AIRE 025-40B Sealed bids subject to the conditions and provisions presented herein will be received until 1:30 P.M., Tuesday, ' June 7,2005, and then publicly opened and read at Council Chambers of the City of Jefferson for furnishing all labor,materials,equipment and performing all work necessary to Relocate Wehmeyer Drive. Copies of the bid documents including project drawings and technical specifications are on file and may be inspected at: Department of Community Development City of Jefferson ' 320 E. McCarty Street Jefferson City,Missouri 65101 A complete set of bid documents may be obtained from the Department of Community of Development,City of Jefferson for a fee of$30.00 a non—refundable deposit. A pre-bid conference for this project will be held at 11:00 A.M., May 31, 2005 In the Lower Level Conference ' Room of City Hall,City of Jefferson. Contract Work Items. This project will involve the following work items and estimated quantities. Prospective bidders are hereby advised that the quantities indicated herein are approximate and are subject to change. I. Mobilization Lump Sum 2. Removals Lump Sum • 3. Excavation&Grading Lump Sum 4. Slit Fence Linear Foot S. IS"RCP Class 111 in place Linear Foot 6. 15"RCP End Section Each 7. 12"CMP Linear Foot 8. 12"CMP End Section Each ' 9. Tile Drain Linear Foot 10. Manhole Adjustment Each ' 11. 4"Rolled Stone Base Square Yard 12. Filter Fabric Square Yard 13.7"P.C.0 Square Yard ' 14.Chain Link Fence 6'-0"High Linear Foot 15.20'-0"Cantilever Gate Each 16.Cap and Abandon Well Lump Sum 17.Aggregate Drive Approach Square Yard 18. Seeding&Mulching Lump Sum Alternate 1 19,Deduct 7"P.C.C. Square Yard 20. 1 W'A.C. Surface BP-I Square Yard 21.8"A.C.Base Square Yard ' • Contract Time. The owner has established a contract performance time of 90 calendar days from the date of the Notice-to-Proceed. All project work shall be substantially completed within the stated timeframe. This project is subject to liquidated damages as prescribed in the project manual, ' -2 Bid Security. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or ' trust company insured by the Federal Deposit Insurance Corporation,payable to City of Jefferson,for not less than five(5)percent of the total amount of the bid, or by a bid bond secured by an approved surety or sureties,payable to • the owner, for not less than five(5)percent orthe total amount of the bid. Bonding Requirements. The successful bidder will be required to furnish separate performance and payment bonds , each in an amount equal to 1000NO of tire contract price at the time of contract execution. Award of Contract. All proposals submitted in accordance with the instructions presented herein will be subject to 1 evaluation. Bids may be held by the City of Jefferson for a period not to exceed City of Jefferson from the date of the bid opening for the purpose of conducting the bid evaluation. Award of contract will be based on the lowest aggregate sum proposal submitted from those bidders that are ' confirmed as being responsive and responsible. If more than one base bid is listed in the Proposal Form, the bidder may bid on Base Bid No. 1 and/or Base Bid No. 2. The owner reserves the right to select any one of the , combinations of the base bid(s) and alternate bid(s), which in the judgment of the owner, best serves the owner's interest.The right is reserved,as the City of Jefferson may require,to reject any bid and all bids. Award of contract is contingent upon the owner receiving Federal-funding assistance under the State Block Grant ' Program. Federal Provisions. This project is subject to the following Federal provisions,statutes and regulations; Equal Emnloyment Onportunity- Executive Order 11246 and 41 CFR Part 60: The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. The successful Bidder shall 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. • , Goals for Minority and Female Participation—Executive Order 11246 and 41 CPR Part 60• 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal , Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area,are as follows: , Timetable Goals for minority participation for each trade: 4 °b. , Goals for female participation in each trade: 6.9%. These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally. assisted) performed in the covered area. If the contractor performs construction work in a geographical area , located outside of the geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its Federally involved and non-federally involved construction. Certification of Nonseareamcd Facilities—41 CFR Part 60: A certification of Nonsegregated Facilities must be 1 submitted prior to the award of a federally-assisted construction contract exceeding S 10,000 which is not exempt from the provisions of the Equal Opportunity Clause, ' 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 notice ' to prospective subcontractors for supplies and construction contracts where the subcontracts exceed S 10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penult),for making false statements in • offers in prescribed in 18 U.S.C. 1001. Disadvantaged Business Enterprise—49 CPIt Pan 26: The requirements of 49 CFR Part 26, Regulations of the , U.S. Department of Transportation, apply to this contract. It is the policy of MoDOT and the city to practice -3- ' nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Awards of this contract will be conditioned upon satisfying the requirements of this section. These requirements apply to all bidders,including • those who qualify as a DBE. A DBE contract goal of 0%zero percent has been established for this contract. ' The non-DD bidder shall subcontract 0% zero percent of the dollar value of the base bfd(s), excluding any additive alternates, to disadvantaged business enterprises (DBE) or make good faith efforts to meet the DBE contract goal. The bidder and am subcontracmr, who analifies as a DBE who.subcontracts work fn another non-DBE firm must suhtract the ammmt of the non-DBE contract from the tntal DBE wnrk canned tmvard the ' Loal as dellned hi 49 CFR Part 20'.55. The apparent successful competitor will be required to submit the following information: (1) the names and addresses of DBE firms that will participate in the contract; (2)a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm participating; (4) written documentation (signed contract proposal) of the bidders commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; and (5) if the contract goal is not met, evidence of good faith efforts,as described In 49 CFR Part 20'. Davis-Bacon Act, as amended — 29 CFR Part 5: The Contractor is required to comply with wage and labor ' provisions and to pay minimum wages in accordance with the current schedule of wage rates established by the United States Department of Labor included in the supplementary provisions. In addition, the contractor will also be required to comply with the wage and labor requirements and pay minimum wages in accordance with the schedule of wage rates established by the Missouri Division of Labor Standards included in the Supplementary Provisions. The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage. ' • Debarment. Suspension. Ineligibility and Voluntary Exclusion — 49 CFR Part 29: The bidder certifies, by submission of a proposal or acceptance of a contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services ' Administration's"Excluded Parties Listing System"will not be considered for award of contract. Foreign Trade Restriction — 49 CFR Part 30. Bidder and Bidder's subcontractors, by submission of an ' offer and/or execution of a contract, is required to certify that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S, firms published by the Office of the United States Trade Representative ' (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that Is a citizen ' or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of n foreign country on said list; c, has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Buy American Certificate — Aviation Safety and Capacity Act of 1990: This contract is subject to the "Buy American Preferences" of the Aviation Safety and Capacity Act of 1990. Prospective Bidders are required to certify that steel and manufactured products have been produced in the United States and to clearly identify those items produced or manufactured outside of the United States. ' Airport Job Special Provision "Notice to all potential bidders on federally funded airport construction projects: • As mandated by Executive Order 12818, issued by President George Bush on October 23, 1992, a Job Special Provision will be inserted into and made part of every contract for federally funded airport construction projects, ' awarded from this or future notices of lettings." Additional Provisions. ' -4 - Modification to the project documents may only be made by written addendum by the Owner or Owner's authorized Representative. , The proposal must be made on the forms provided within the bound project manual. Bidders must supply all • required information prior to the time of bid opening. ' 1 1 .5. 1. 1 SECTION 2 ' INSTRUCTIONS TO BIDDERS • (This section contains excerpts of the bidding requirements from Sections 20 and 30 of the ' General Provisions.The bidder's attention is directed to sections 20 and 30 for complete details.) 1. The apparent low bidder shall submit "evidence of competency" and "evidence of financial responsibiliW' to the owner no later than 3 days after the specified date for opening bids. ' 2. Those individual elements of the Contract Documents that are bound together shall also be referred to as the Project Manual.No part of the project manual that is bound may be removed or detached. 3. Each bidder shall certify in the Proposal Form at the time of bid submittal that they acknowledge receipt of all issued addenda, ' 4. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or trust company insured by the Federal Deposit Insurance Corporation,payable to the owner,for not less than five(5) percent of the amount of the bid,or by a bid bond secured by an approved surety or sureties(licensed to conduct surety business in the state of Missouri),payable to the owner,for not less than five(5)percent of the amount of the bid. S. Proposals shall be sent to arrive at the specified time and date for receipt of bids. Proposals received after the specified time will not receive consideration and will be returned unopened. Envelopes containing proposals must be sealed and addressed to: City of Jefferson Purchasing Agent 320 East McCarty Street • Jefferson City,Missouri 65101 The upper left hand comer of the envelope shall be marked as follows: Scaled Bid Proposal Bid of(NAME OF BIDDER) For construction improvements at Jefferson City Memorial Airport ' State Block Grant Project No.: AIRE 02540B To be opened at: 1:30,Tuesday,June 7,2005. 6. The Owner reserves the right to reject any or all bids, as determined to be in the best interest of the Owner. Causes for rejection of proposals include but are not limited to: • Submittal of more than one proposal from the same partnership, firm or corporation: 1 • Failure by Bidder to submit the bid prior to the stated time and date for receipt of bids; • Failure by Bidder to furnish satisfactory bid guarantee; • Failure by Bidder to provide all information required of the bid forms; • Failure by Bidder to comply with the requirements of bid instructions; ' • Failure by the Bidder to demonstrate good faith efforts in obtaining participation by certified DBE firms; • Determination by the Owner that Bidder is not qualified to accomplish the project work; • Determination by the Owner that the Bidder has placed conditions on or qualified their proposal; ' • Discovery of any alteration, interlinestions or erasure of any project requirement by the Bidder; • Inclusion of the Bidder on the "Excluded Panics Listing System" as maintained and published by tine General Services Administration; ' • Evidence of collusion among bidders. 7. The price submitted for each item of the work shall include all cost of whatever nature involved in its ' construction,complete in place,as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to ' the only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which • sales tax might be lawfully be assessed against the City are to be paid by the Contractor for the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items ' shall include the cost of such taxes, 1 1 .7_ , SECTION 3 1 GENERAL PROVISIONS • INDEX TO GENERAL PROVISIONS ' SECTION 10 DEFINITION OF TERMS 1 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20.01 Bidder Qualifications 1 20-02 Bid Documents/Project Manual 20.03 Modifications to Project Documents 20.04 Errors and Discrepancies in Project Documents 1 20.05 Clarifications and Interpretations 20-06 Issuance of Proposal Forms 20-07 Interpretation of Estimated Proposal Quantities 20.08 Examination of Plans, Specification and Site Conditions ' 20.09 Preparation of the Bid Proposal 20.10 Bid Guaranty 20-11 Submission of Bid Proposal 1 20-12 Modification or Withdrawal of Bid Proposal 20-13 Bid Opening 20.14 Disqualification of Bid Proposals 1 SECTION 30 AWARD AND EXECUTION OF CONTRACT 1 • 30.01 Evaluation of Proposals 30-02 Cancellation of Award 30.03 Notice of Award of Contract 30-04 Return of Bid Guaranty 30-05 Contract Agreement 30-06 Performance and Payment Bonds 30.07 Certificate of Insurance ' 30.08 Approval of Contract SECTION 40 SCOPE OF WORK ' 40.01 Intent of Contract 40.02 Alteration of Work and Quantities 40.03 Omitted Items ' 40-04 Extra Work 40-05 Maintenance of Traffic 40.06 Removal of Existing Structures 40.07 Rights In and Use of Materials Found in Work ' 40.08 Final Cleaning Up SECTION 50 CONTROL OF WORK 1 50.01 Authority ofthe Engineer 50.02 Conformity with Plans and Specifications ' 50.03 Coordination of Contract,Plans and Specifications 50.04 Cooperation of Contractor • 50.05 Cooperation Between Contractors 50.06 Construction Layout and Stakes ' 50.07 Automatically Controlled Equipment 50.08 Authority and Duties of Inspectors 1 -e- 50.09 Inspection of the Work , 50.10 Removal of Unacceptable and Unauthorized Work 50-11 Load Restrictions • 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work 50.14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustments and Disputes ' SECTION 60 CONTROL OF MATERIALS 60.01 Source of Supply and Quality Requirements ' 60.02 Samples,Tests and Cited Specifications 60.03 CertificatianofCompliance 60.04 Plant Inspection ' 60.05 Engineer's Field Office and Laboratory 60.06 Storage of Materials 60.07 Unacceptable Materials ' 60.08 Owner-Furnished Materials SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70.01 Laws to be Observed , 70-02 Permits, Licenses and Taxes 70.03 Patented Devices,Materials and Processes ' 70-04 Restoration of Surfaces Disturbed by Others 70.05 Federal Aid Participation 70-06 Sanitary, Health and Safety Provisions • 70.07 Public Convenience and Safety, , 70.08 Barricades,Warning Signs and Hazard Markings 70.09 Use of Explosives 70-10 Protection and Restoration of Property and Landscape ' 70.11 Responsibility for Damage Claims 70-12 Third Party Beneficiary Clause 70-13 Opening Section of the Work to Traffic , 70.14 Contractor's Responsibility for Work 70.15 Contractor's Responsibility for Utility Service and Facilities of Others 70.16 Furnishing Rights-of-Way 70.17 Personal Liability of Public Officials ' 70-18 No Waiver of Legal Rights 70.19 Environmental Protection 70.20 Archaeological and Historical Findings , SECTION 80 PROSECUTION AND PROGRESS 80-01 Subletting of Contract ' 80.02 Notice to Proceed 80.03 Prosecution and Progress 80.04 Limitation of Operations , 80-05 Character of Workman,Methods and Equipment 80.06 Temporary Suspension of the Work 80.07 Determination and Extension of Contract Time ' 80.08 Failure to Complete on Time 80.09 Default and Termination of Contract • 80-10 Termination for National Emergencies SECTION 90 MEASUREMENT OF QUANTITIES .9- , .1 90.01 Measurement of Quantities 90.02 Scope of Payment '' • 90.03 Compensation for Altered Quantities 90-04 Payment for Omitted Items 90.05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Hand ' 90-08 Payment of Withheld Funds 90-09 Acceptance and Final Payment 1 SECTION 10 DEFINITION OF TERMS Whenever the following terns ore used in these specifications, in the contract,in any documents or other instruments • ' pertaining to construction where these specifications govern,the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor ' association to AASHTO. 10-02 ACCESS ROAD. The right-of-way,the roadway and all improvements constructed thereon connecting the airport to a public highway. , 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished, ' 10-04 AIP. The Airport Improvement Program, a grant-in-aid, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications,the term air operations area shall mean , any area of the airport used or intended to be used for the landing,takeoff,or surface maneuvering of aircmft. 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. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft,and includes its buildings and facilities,if any. , 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance,by the owner,of the successful bidder's proposal. • ' 10-09 BIDDER. Any individual. partnership, firm, or corporation, acting directly or through a duly authorized representative,who submits a proposal for the work contemplated. ' 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. , 10-11 CALENDAR DAY. Everyday shown on the calendar, 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or ' proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes, The work,covered by a change order,shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall ' include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required Insurance certificates; The Specifications; The Plans, and any addenda issued to ' bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 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 dale of completion is staled in the proposal, in lieu of a number of calendar or working days,the contract shall be completed by that date. t 10-16 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. , 11 ' 10-17 DRAINAGE SYSTEM. The system of pipes, ditches,and structures by which surface or subsurface waters ' are collected and conducted from the airport area, • 10-18 ENGINEER. The individual,partnership, firm, or corporation duly authorized by the owner(sponsor)to be responsible for engineering observation of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by ' change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10.21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to ' designate a person.FAA shall mean the Administrator or his/her duly authorized representative. 1042 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards,and supplements,amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 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. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," ' "required", "permitted", "ordered", "designated", "prescribed", or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved", "acceptable", "satisfactory", or words of like import, shall mean • approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard ' shall be interpreted to include all general requirements of the entire section, specification item,or cited standard that may be pertinent to such specific reference. ' 10-25 LABORATORY, The official testing labomtorics of the owner or such otter laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or ' within the airport buildings, The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at,taking off from,or taxiing on the airport surface. ' 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed In the proposal,the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. ' 10-28 MATERIALS. Any substance specified for use in the construction of Ole contract work. ' 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable,the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first pan or the contracting agency signatory to the contract, For contracts,the term sponsor shall have the same meaning as the term owner. • 10-31 PAVEMENT. The combined surface course, base course,and subbase course, if any,considered as a single ' unit, . ' - 12 - 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a , guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10.33 PERFORMANCE BOND. The approved form of security famished by the Contractor and his/her surety as • a guaranty that the Contractor will complete the work in accordance with the terms of the contract. ' 10.34 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 pan of the contract,supplementary , to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. ' 10-36 PROPOSAL (BID). 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. 10-37 PROPOSAL(BID) GUARANTY. The security fumished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. ' 10-38 RUNWAY. The nren on the airport prepared for the landing and takeoffof aircraft. 10-39 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. , 10-40 STRUCTURES, Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdmins; electrical ducts,manholes,hndholes, lighting fixtures and bases; transformers; flexible and rigid pavements;navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. Tltc soil which forms the pavement foundation. ' 10-42 SUPERINTENDENT, The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the ' construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: ' (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent,such increased or decreased work being within the scope of the originally awarded contract;or (2)work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or , performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document,the term taxiway means the portion of the air operations area ' of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor,materials, tools, equipment, and incidentals necessary or convenient to , the Contractor's performance of all duties and obligations imposed by the contract,plans,and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday,Saturday,or Sunday on which ' the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of • the contract. Unless work is suspended for causes beyond the Contractor's control. Saturdays. Sundays and holidays on which the Contractor's forces engage in regular work,requiring the presence of an inspector,will be considered as ' working days. - i3• ' SECTION 20 ' PROPOSAL REQUIREMENTS AND CONDITIONS . 20-01 BIDDER QUALIFICATIONS. The apparent low bidder shall furnish the owner satisfactory evidence of their competency and financial capability to perform the proposed work.The Bidder shall demonstrate that they are a responsible firm that possesses the skills, abilities, and integrity to faithfully perform the project work. Evidence of competency shall consist of statements covering the Bidder's past experience on similar work, a listing of plant and equipment immediately available for use on the project,and a listing of key personnel that are available for the project. The listing for plant and equipment shall identify the type, the capacity and the present condition of the item. Evidence of financial responsibility shall consist of a confidential statement or report of the Bidder's financial resources and liabilities as of the last calendar year. A public accountant must certify such statements and reports. If the Bidder is presently pre-qualified with the Missouri Department of Transportation (MoDOT), evidence of this ' pre-qualification may serve as evidence of financial responsibility in lieu of the certified financial statements and reports. ' The apparent low bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the owner no later than 3 days after the specified date for opening bids. 20-02 BID DOCUMENTSIPROJECT MANUAL. The bid documents are comprised of the following; Notice-to- Bidders. Instructions-to-Bidders, General Provisions, Supplementary Provisions, Technical Specifications, Project Drawings, Proposal Form, Performance and Payment Bonds, Form of Contract Agreement, any authorized addenda issued by the Owner and any document Incorporated in whole or in part by reference therein. ' All documents comprising the Bid Documents are complementary to one another and together establish the complete terms,conditions and obligations of the successful bidder. ' . Those individual elements of the Contract Documents that are bound together shall also be referred to as the Project Manual.No part of the project manual that is bound may be removed or detached, ' Prospective bidders may obtain a copy of the project manual and project drawings from the designated office identified within this Notice-to-Bidders. 20.03 MODIFICATIONS TO PROJECT DOCUMENTS Modifications to the project documents may only be made by written addendum issued by the Owner or the Engineer. Verbal explanations, interpretations or comments made by the Owner or Owner's representative shall not be binding. Addenda will be transmitted to all known official plan holders. Each bidder shall cerify in the Proposal Form at the time of bid submittal, that they ' acknowledge receipt of all issued addenda. 20.04 ERRORS AND DISCREPANCIES IN PROJECT DOCUMENTS Should Bidder find an error, discrepancy, ambiguity or omission in the project documents prior to submittal of a proposal, the Bidder is obligated to contact ' the Owner or Engineer with written notice of the error, discrepancy, ambiguity or omission. The written notice shall identify the nature and location of the error, discrepancy, ambiguity or omission. Corrections or modifications to the project documents will only be made by written addendum as prescribed herein. By submittal of a Bid Proposal, Bidder represents that they have thoroughly reviewed the project documents and that they have not identified any ' error, discrepancy,ambiguity or omission that would affect cost,progress or performance of the project work, 20.05 CLARIFICATIONS AND INTERPRETATIONS A bidder requiring a clarification or interpretation of the ' project documents shall make a written request to the Owner or Engineer. The Owner or Engineer must receive the written request a minimum of seven(7)calendar days prior to the date of the bid opening. 20.06 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal foram 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. ' - 14 - b. Failure to pay, or satisfactorily settle,all bills due for labor and materials on former contracts in force(with , the owner)at the time the owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the owner. • d. Unsatisfactory work on previous contracts with the owner. , 20.07 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be , done and materials to be furnished under these specifications is stated within the project manual. This estimate is a result of careful calculations and is believed to be correct. The estimated quantities are given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or impliedly agree that the actual quantities involved will correspond exactly with the estimated quantities. The bidder shall not 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 the general provisions without in any way invalidating the unit bid prices. 20.08 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE CONDITIONS. The bidder is expected to ' carefully examine the site of the proposed work, the proposal, drawings, specifications, terms and conditions of the proposed agreement and the torn of agreement. The Bidder 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, as appropriate may be available for inspection , by the bidder. It is understood and agreed that such subsurface information, whether included in the project drawings, 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 the bidder is solely responsible for all assumptions, deductions, or conclusions which he or she may snake 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. 20.09 PREPARATION OF THE BID PROPOSAL. All bid proposals shall be made on the forms provided by the owner within the bound Project Manual.No bidder may submit more than one proposal. Each bidder shall specify in the bid, in figures, a unit price for each of the separate items listed in the bid proposal, except a unit price entry will , not be necessary for those items having a quantity of one, and only the amount for that item need be entered, Zero will be considered a valid bid. The bidder shall not enter zero in any "Unit Price" field unless zero is the intended bid for that Item. A unit price left blank,with or without an extension,other than items having a quantity of one,will ' be considered as zero by the owner. The bidder shall show the products of the respective unit prices and quantities in the amount column provided for that purpose. These extensions shall be totaled and in case of errors or discrepancies in extensions,the unit prices shall govern.All entries in the bid shall be in ink, If, in the sole discretion of the owner, an obvious and apparent clerical error exists in the unit bid price for an item due to a misplaced ' decimal, but the extension appears to be correct and as intended in all respects, the owner cony correct the unit price bid in accordance with the extension listed, All errors in extensions or totals will be corrected by the owner and such corrected extensions and totals will be used in comparing bids. ' Bids shall not contain interlincatioos, alterations or erasures except a bidder may alter or correct a unit price, lump sum price or extension entered on the Proposal Form by crossing out the figure with ink and entering a new unit price, lump sum bid or extension above or below in ink with their initials, ' The proposal shall be signed and dated by an authorized representative of the bidder, All signatures shall be made with an ink pen. The bidder's representative shall have the legal authority to obligate and bind the bidder to the ' terms and conditions of the contract.The bidder shall legibly state the name of the bidder's representative, the legal name of the bidder, the address of the bidder including City, State and Zip Code. • • For bids by corporations, an officer of the corporation shall sign the bid, the State of incorporation shall be ' identified and the corporate seal affixed. , 15 . • For bids submitted by an agent,evidence of the power of attorney shall be attached to the bid. ' • • For bids submitted by a partnership or joint venture,the proposal shall identify the name of all firms and the authorized parties of all firms. A copy of the partnership/joint agreement shall be provided to the owner as ' an attachment to the proposal. 20-10 BID GUARANTY. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or trust company insured by the Federal Deposit Insurance Corporation,payable to the owner, for not less ' than five(5)percent of the amount of the bid,or by a bid bond secured by an approved surety or sureties(licensed to conduct surety business in the state of Missouri), payable to the owner, for not less than five (5) percent of the amount of the bid. ' 20-11 SUBMISSION OF BID PROPOSAL. Proposals shall be sent to arrive at the specified time and date for receipt of bids. Proposals received after the specified time will not receive consideration and will be returned unopened. Each proposal shall be submitted in a scaled envelope addressed to the office location identified in the ' Notice-to-Bidders.The upper left hand comer of the envelope shall be marked as follows; Scaled Bid Proposal ' Bid of INAME OF BIDDER) For construction improvements at:Jefferson City Memorial Airport State Block Grant Project No.: AIRE 02540B To be opened at: 1:30 P.M.Tuesday,June 7,2005 For a modification to a previously submitted proposal, insert "Modification to Proposal" in place of"Sealed Bid Proposal". ' 20-12 MODIFICATION OR WITHDRAWAL OF BID PROPOSAL. Bidder may modify or withdraw their proposal at any point up to the specified time and date identified for receipt of proposals. Any request for bid withdrawal or modification by the Bidder that is received after file specified time and date for receipt of proposals ' • will be returned unopened to the sender. Any modification to a Bidder's proposal, subject to the time constraint noted herein, must be made on the proposal forms contained in the project manual. The Bidder's authorized representative must sign the modification. The modification shall be placed in a scaled envelope and the statement "Modification to Proposal" shall be legibly marked in the upper left hand comer. Withdrawal of a proposal may be made, subject to the time constraint noted herein,only with written confirmation under signature of the Bidder. ' 20.13 BID OPENING. All proposals submitted prior to the stated time and date for receipt of bids will be publicly opened and read aloud by the Owner or the Owner's representative. Bidders, their authorized agents, and other ' interested parties are invited to attend. Proposals submitted after the stated time and date for receipt of bids will be automatically rejected without consideration and will be returned unopened. 20-14 DISQUALIFICATION OF BID PROPOSALS. The Owner reserves the right to reject any or all bids, as determined to be in the best interest of tile Owner. Causes for rejection of proposals include but are not limited to: • Submittal of more than one proposal from the some partnership, firm or corporation; • Failure by Bidder to submit the bid prior to the stated time and date for receipt of bids; ' • Failure by Bidder to furnish satisfactory bid guarantee; • Failure by Bidder to provide all information required of the bid forms; • Failure by Bidder to comply with the requirements of bid instructions; ' • Failure by the Bidder to demonstrate goad faith efforts in obtaining participation by certified DBE firms; • Determination by the Owner that Bidder is not qualified to accomplish the project work; • Determination by the Owner that the Bidder has placed conditions on or qualified their proposal; • Discovery of any alteration, interlineations or erasure of any project requirement by the Bidder; ' • Inclusion of the Bidder on the "Excluded Parties Listing System" as maintained and published by the General Services Administration; • • Evidence of collusion among bidders. 1 ' - 16- SECTION 30 AWARD AND EXECUTION OF CONTRACT , 30-01 EVALUATION OF PROPOSALS. Proposals may be held by the Owner for purposes of review and • , evaluation by the Owner for a period not to exceed 60 calendar days from the stated date for receipt of bids. The Owner will tabulate all bids and verify proper extension of unit casts, The Bidder shall honor their proposal for the duration of this period of review and evaluation. The bid guaranty will be held by the Owner until this period of review has expired or a contract has been formally executed. ' 30.02 CANCELLATION OF AWARD. At any time prior to execution of a contract agreement,the Owner reserves the right to cancel the award for any reason without liability to the Bidder,with the exception of the return of the bid guaranty,at any time prior to execution of the contract. ' 30-03 NOTICE OF AWARD OF CONTRACT. It is the intent of the Owner, after a period of review and evaluation,to award a contract to the responsible bidder that submits the lowest responsive proposal.The successful ' bidder will be informed their bid has been accepted through the Owner's issuance of n Notice-of-Award.The Notice- of-Award shall not be construed as a binding agreement. The proper execution ofa contract agreement shall serve as the binding agreement. Award of this contract is conditioned upon MoDOT concurring in award of contract. The issuance of the Notice-of- ' Award will not be made until MoDOT has concurred in award. Unless specifically stated,the owner reserves the right to accept alternates in any order or combination,which in the , judgment of the Owner,best serves the Owner's interest. 30-04 RETURN OF BID GUARANTY. The bid guaranty of the successful Bidder will be returned upon successful execution of the contract documents as specified herein. Failure by the successful Bidder to execute the contract , documents within the specified time shall result in forfeiture of the bid guaranty.The bid guaranty of the second and third lowest responsible bidders will be retained for a period of 60 days pending the execution of the contract documents by the successful bidder. Except as noted above,the bid guaranty of unsuccessful bidders will be returned • at the point their proposal is rejected. , 30.05 CONTRACT AGREEMENT. The successful Bidder shall execute the contract agreement in accordance with the accepted bid proposal within thirty(30)days of the date of the Notice-of-Award, Failure to execute the contract , agreement within the specified time frame may result in the bid being awarded to the next low bidder and shall result in the forfeiture of the Bidder's bid guarantee as a liquidated damage. 30.06 PERFORMANCE AND PAYMENT BONDS The successful Bidder shall furnish separate performance and , payment bonds each in the amount of 100%of the contract price. The bonds shall be made payable to the Owner as security for faithful performance of the contract and for the payment of all persons, firms or corporations to whom the Bidder may become legally indebted for labor, materials, tools, equipment or services in the performance of the project work. The form of the bond shall be that provided within the project manual. The current power of attorney ' for the person signing the bond as a representative of the surety shall be attached to the bonds. The executed bonds shall be delivered to the Owner within fifteen (15) calendar days from the date of contract execution. Bonds should not be executed prior to execution of the contract agreement.The bonds shall be issued by a , solvent Surety, which is certified to operate within the State the project work is located and which is listed in the current issue of the U.S. Treasury Circular 570. If specifically requested by the Owner, tine successful Bidder shall obtain and submit information on the surety's financial strength rating, , 30.07 CERTIFICATES OF INSURANCE The successful Bidder shall furnish to the Owner all required certificates of insurance as specified within the project manual. 30.08 APPROVAL OF CONTRACT. Upon receipt of the Contract Agreement, Contract Bonds and Certificate of ' Insurance as executed by the successful Bidder,the Owner will complete execution of the contract conditioned upon (tic Owner's judgment that it remains in their best interest to enter into the Agreement. Delivery of the fully executed Contract Agreement to the successful Bidder shall constitute the Owner's approval to ' be bound by the successful Bidder's proposal and all terms and conditions of the Contract Agreement. • Upon satisfactory execution of the contract by the successful Bidder and the Owner,all references to"Bidder" in the ' bid documents become equivalent to the term"Contractor". 17 , ' SECTION 40 ' SCOPE OF WORK • 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion,in every ' detail, of the work described. It is further intended that die Contractor shall furnish all labor,materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. ' 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations ' in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations ' which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which 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 or contract time where, in ' the Engineer's opinion,such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess ' altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the tight to terminate the contract with respect to the item and make other arrangements for its completion. ' All supplemental agreements shall be approved by the Missouri Department of Transportation's Aviation Section and shall include valid wage determinations of the U.S. Department of Labor and Missouri Division of Labor Standards when the amount of the supplemental agreement exceeds $2,000. However, if the ' • Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by mote than 25 percent,the supplemental agreement shall be subject to the some U.S. Department of Labor and Missouri Division of Labor Standards wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. r40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may he omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed,the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work ' performed shall be in accordance with the subsection tilled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of ' work for which no basis of payment has been provided in the original contract Or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order, Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to die 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, lie may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE • ACCOUNT WORK of Section 90. ' - 18- 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 hercinbefore defined in the , subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental • agreement)shall be rejected by the owner. ' 40-05 MAINTENANCE OF TRAFFIC. it is the explicit intention of the contract that the safety of aircraft,as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that ' the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the ' Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto)used in the guidance of aircraft while operating to, from,and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. ' With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking,lighting,and other acceptable means of identifying:personnel; equipment;vehicles; storage areas;and any ' work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the ' Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road,street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, ' flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections • ' necessary for ingress to and egress from abutting property or intersecting roads, streets or highways, Unless otherwise specified herein,the Contractor will not be required to furnish snow removal for such existing road,street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for ' providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for , directly,but shall be included in the various contract items. 40.06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, ' grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing suuctures shall not be measured or paid for directly,but shall be included , in the various contract items. Should the Contractor encounter an existing structure(above or below ground)in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of ' existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of ' this section, it is intended that all existing materials or structures that may be encountered(within the lines,grades,or grading sections established for completion of the work)shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. ' 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any • material such as(but not restricted to)sand,stone,gravel,slag,or concrete slabs within the established lines,grades, , or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: . 19 , a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use;or, • b. Remove such material from the site,upon written approval of the Engineer;or ' c. Use such material for his/her own temporary construction on site;or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a.,b.,or c.,he shall request the Engineer's approval in advance of such use. ' Should the Engineer approve the Contractor's request to exercise option a.,b.,or c.,the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace,at his/her own expense,such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfrlls, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for famishing 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/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, gmdes, or grading sections established for the work, except where such excavation or ' • removal is provided for in the contract,plans,or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made,the Contractor shall remove from the site all machinery,equipment,surplus and discarded materials,rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the ' written permission of such property owner. 1 ' -20 - SECTION 50 , CONTROL OF WORK ' 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to • the quality and acceptability of materials furnished,work performed,and as to the manner of performance and rate of ' progress of the Work. He shall decide all questions which may arise as to die interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of die several kinds of work , performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WiTH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material t 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 t conformity with the plans and specifications but that the portion of the work affected will,in his/her opinion,result in a finished product having a level of safety, economy, durability,and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event,the ' Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the , affected work as arc, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications(change order or supplemental agreement)as applicable. If the Engineer finds the materials furnished, work performed, or die 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 die work in accordance with the contract,plans,and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the , contract,plans,and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work.. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer , with the authority to use good engineering judgment in Ids/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 die , contract,plans and specifications. 50-03 COORDINATION OF CONTRACT,PLANS,AND SPECIFICATIONS. The contract,plans,specifications, and ali referenced standards cited are essential parts of the contract requirements, A requirement occurring in one is , as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy,calculated dimensions will govern over scaled dimensions;contract technical specifications shall govern over contract general provisions,plans,cited standards for materials or testing,and cited ' FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications, In the ' event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision,and such decision shall be final. , 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans • and specifications, He shall have available on the work at all times one copy each of die plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. , -21 - The Contractor shall give constant attention to the work to facilitate the progress thereof,and he shall cooperate with the Engineer and his/ber inspectors and with other contractors in every way possible, The Contractor shall have a ' competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. ' 50-03 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,cacti Contractor shall conduct his/her work so as not to interfere with or hinder die progress of completion of the work being performed by other Contractors. Contractors working on the stone project shall cooperate with each other as directed. ' Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 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 his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the pan of die Contractor, or his/her employees,resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. ' • 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever hatching 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 product results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to ' inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation,fabrication,or manufacture of the materials to be used. Inspectors are not authorized to revoke,alter,or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such ' nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shat( be subject to ' inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work,shall remove or uncover such ' portions of the finished work as may be directed. After examination,the Contractor shall restore said portions of the work to the standard required by the specifications. Should die work thus exposed or examined prove acceptable, the uncovering,or removing,and the replacing of the covering or making good of the pans 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 pans 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 owners representative failed to inspect offer having been given reasonable notice in writing that the work was to be performed. ' -22- 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 parry to the contract,and shall in no • way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work,which does not conform to , the requirements of the 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. Work done contrary to the instructions of the Engineer,work done beyond the lines shown on the plans or as given, ' except as herein specified,or any extra work done without authority,will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. ' Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or , removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of ' materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of • 1 construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction ' and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day,with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case 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. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as ' provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section,the Engineer shall munediately 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 Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists, Any ' maintenance cost incurred by the owner,shall be deducted from monies due or to become due the Contractor. 50.14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially • completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the , Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been .23- 1 ' satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the ' owner shall not void or alter any provision of the contract. • 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection.The Engineer shall notify the Contractor in writing of final acceptance as of the date ' of the final inspection. If,however,the inspection discloses any work,in whole or in part,as being unsatisfactory,the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and ' execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection,provided the work has been satisfactorily completed. In such event,the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify die Engineer in writing of his/her intention to claim such additional compensation before be begins the work on which Ile 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 his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. ' • 50.17 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, die Contractor may submit to the Engineer, in writing,proposals for modifying the plans, specifications or other requirements of die 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, case 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 fighting, 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;and ' -24 - f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. ' 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 construct!to require the Engineer ' to consider any cost reduction proposal which 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 pan of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgement 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 pan, such acceptance will be by a contract change order which 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 percent 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. 1 -25 ' tSECTION 60 ' CONTROL OF MATERIALS • 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new(as compared to used or reprocessed). ' In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but,in all cases,prior to delivery of such materials. ' At the Engineer's option,materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products,the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications,the Contractor shall famish such equipment that is: ' a. Listed in FAA Advisory Circular(AC) 15015345-53,Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement;and, ' b. Produced by the manufacturer qualified(by FAA)to produce such specified and listed equipment. The 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: EQUIPMENT NAME t • CITED FAA SPECIFICATIONS EFFECTIVE FAA AC OR APPROVAL LETTER FOR EQUIPMENT AND MANUFACTURER ' 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer,shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. 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 famished to the Contractor's representative at his/her request. 60.03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use,prior to sampling and testing, of ' certain materials or assemblies when accompanied by manufacturces certificates of compliance stating that such materials or assemblies fully comply with the requirements of lire 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 famish 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, -26- b. Suitability of the material or assembly for the use intended in the contract work. ' Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's • certificates of compliance as bereinbefore 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 me of materials or assemblies on the basis of certificates of compliance. ' 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for ' the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections,the following conditions shall exist: ' a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. ' b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. ' c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. ' It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the 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. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for due exclusive use of the Engineer as a field office and field testing ' laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORGE OF MATERIALS, Materials shall be so stored as to assure the preservation of their quality and ' fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create ' an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircmfi. Unless otherwise shown on the plans, the storage of materials and the location of the Contractors plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes ' without written permission of the owner or lessee of such property, The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her ' entire expense,except as otherwise agreed to(in writing)by the owner or lessee of the property. 60-07 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 die site of the work,unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to • ' the site of the work until such time as the Engineer has approved its used in die work. -27- ' 1 60-08 OWNER FURNISHED MATERIALS. The Contractor shall famish all materials required to complete the work,except those specified herein (if any) to be furnished by the owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. ' • All costs of handling, transportation from the specified location to the site of work, storage, and installing owner- famished 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 which may occur during the Contractor's handling,storage,or use of such owner-famished 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- ' famished materials. 1 1 1 1 1 ' -28- SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC ' 70-1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local • laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or ' authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws,ordinances,regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers,agents,or servants against any claim ' or liability arising from or based on the violation of any such law,ordinance,regulation,order,or decree,whether by himself or his/her employees. 70.02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all , charges,fees,and taxes,and give all notices necessary and incidental to the due and lawful prosecution of the work 70.03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use ' any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner,any third parry,or political subdivision from any and all claims for infringement by reason of the ' use of any such patented design,device,material or process,or any trademark or copyright,and shall indemnify the owner for any costs,expenses, and damages which it may be obliged to pay by reason of an infringement,at any time during the prosecution or after the completion of the work.. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to aukhorize , 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: Owner(Utility or Other Facility) • ' Location(See Plan Sheet No.) Person to Contact(Name,Title,Address and Phone) 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 so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others,unless otherwise provided for in the contract,plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages ' due to such authorized work by others or for any delay to die work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION.For AIP contracts,die 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 (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement t Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987,and the Rules and Regulations of the FAA that pertain to the work. As required by the Act,the contract work is subject to the inspection and approval of duly authorized representatives ' of the Administrator, FAA,and is further subject to those provisions of the rules and regulations that are cited in the contract,plans,or specifications. • 1 -29- , No requirement of the Act, the rules and regulations implementing the Act, 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. • 70-06 SANITARY,HEALTH,AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, ' sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health,or of other bodies or tribunals having jurisdiction. Attention is directed to Federal,state,and local laws,rules and regulations concerning construction safety and health ' standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous,or dangerous to hiAcr health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances,safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hercinbefom 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. ' 70.08 BARRICADES,WARNING SIGNS,AND HAZARD MARKINGS. The Contractor shall furnish,erect,and maintain all barricades,warning signs,and markings for hazards necessary to protect the public and the work. When used during periods of darkness,such barricades,warning signs,and hazard markings shall be suitably illuminated. ' For vehicular and pedestrian traffic,the Contractor shall furnish,erect,and maintain barricades,warning signs,lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways(published by the United States Government Printing Office). ' • When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall Ruttish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 15015340-1 (current edition),Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of ' emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150!5370.2(current edition),Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance ' to AC 150/5370-2(current edition). The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work, which requires such erection and shall maintain the barricades,warning signs,and markings for hazards until their dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70.09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property,including new work. The Contractor shall ' be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage ' places shall be clearly marked. Where no local laws or ordinances apply,storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other • place of human occupancy. -ao- The Contractor shall notify each property owner and public utility company having structures or facilities in ' proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in , advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet(300 m)of the airport property. • 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be ' responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their ' location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character,during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the ' work,or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any ' act,omission,neglect,or misconduct in the execution of the work,or in consequence of the nonexecution thereof by the Contractor,he shall restore,at his/her own expense,such property to a condition similar or equal to that existing ' before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 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/her contract as may be • ' considered necessary by the owner for such purpose may be retained for the use of the owner or,in case no money is due, his/her surety may be held until such suit or suits,action or actions,claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due ' the Contractor will not be withheld when die Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the ' contract that it is not intended by any of the provisions of any pan of the contract to create the public or any member thereof a third parry beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terns or provisions of the contract. ' 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/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner as described below: ' Phase or Description Required Date or Sequence of Owner's Beneficial Occupancy Work Shown on Plan Sheet , 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 -31 - ' shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the ' contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. • The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 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 pan due to the action of the elements or from any other cause,whether arising from the execution or from the nonexecution of the work, The Contractor shall rebuild,repair, restore,and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof including 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. ' If the work is suspended for any cause whatever,the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs,or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. ' 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section,the • Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA,or a utility service ' of another government agency that may be authorized by the owner to construct,reconstruct or maintain such utility services or facilities during the progress of the work. In addition,the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. ' To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows; Utility Service or Facility Person to Contract(Name,Title,Address,&Phone) ' Owner's Emergency Contact(Phone) It is understood and agreed that the owner does not guarantee die 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 die Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. ' It is further understood and agreed that the Contractor shall,upon execution of the contract,notify the owners of all utility services or other facilities of his/her plan of operations, Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in tiffs subsection and the subsection titled ' RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided,it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. • Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall ' again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, die 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 -32- expeditious means to reach the utility owners 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 hereinabove provided shall be cause for the Engineer to suspend • ' the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet(90 cm) of such ' outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the , satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs ' from any monies due or which may become due the Contractor,or his/her surety. 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way upon ' which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, ' his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70.18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final • ' inspection and notify the Contractor of final acceptance. Such final acceptance,however,shall not preclude or stop the owner from correcting any measurement,estimate,or certificate made before or after completion of the work,nor shall the owner be precluded or stopped from recovering from die Contractor or his/her surety, or both, such , overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any pan of die contract shall not be held to be a waiver of any other or subsequent breach. ' The Contractor,without prejudice to the terms of the contract,shall be liable to the owner for latent defects,fraud,or such gross mistakes as may amount to fraud,or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws , and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes,ponds,and reservoirs with fuels, oils,bitumens, chemicals,or other harmful materials and to prevent , pollution of the atmosphere from paniulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS, Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any , building, structure,or object listed in the current National Register of Historic Places published by the United States Department of Interior.Should the Contractor encounter,during his/her operations,any building,pan of a building, structure,or object which is incongruous with its surroundings,he shall immediately cease operations in that location , and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or ' historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract • modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENTFOR EXTRA WORK AND FORCE ACCOUNT WORK of Section ' 90. if appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. - 33- SECTION 80 ' PROSECUTION AND PROGRESS • 80.01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work The Contractor shall at all times when work is in progress be represented either in person,by a qualified superintendent, or by other designated,qualified representative who is duly authorized to receive and execute orders of the Engineer. ' Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety,shall be presented for the consideration and approval of the owner,and shall be consummated only on the written approval of the owner. In case of approval,the Contractor shall file copies of all subcontracts with the Engineer. 80.02 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. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified,the Contractor shall submit his/her progress ' schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, ' and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule,the Contractor shall,upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason,the Contractor shall notify the Engineer at least 24 hours in ' . advance of resuming operations. For AIP contracts,the Contractor shall not commence any actual construction prior to the date on which the notice to ' proceed is issued by the owner. 80.04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the ' AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the ' airport, the work shall be coordinated with airport management (through the Engineer) at least 4B hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES,WARNING SIGNS,AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis(intermittent opening and closing of the AIR OPERATIONS AREA),the Contractor shall maintain ' constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The ' following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: AOA • TIME PERIODS AOA CAN BE CLOSED TYPE OF COMMUNICATIONS REQUIRED WHEN WORKING IN AN AOA CONTROL AUTHORITY ' -34- 80.04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within Advisory Circular , 150/5370-2E. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that • details how it proposes to comply with the requirements presented within the safety plan. ' The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity.The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan ' measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they ' implement and maintain all necessary measures. No deviations or modifications may be made to the approved safety plan unless approved in writing by the Owner or ' Engineer. 80-05 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. All equipment, which the contractor proposes to use on the work, shall be of sufficient size and in such mechanical ' condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work,adjacent property,or existing airport facilities will result from its use. • ' When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract,the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract,plans,and specifications. ' When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other ' than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change, If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If,after trial use of the substituted methods or equipment, , the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified ' quality,or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work,or for such time as is necessary due to the ' failure on the part of the Contractor to tarty out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause ' not otherwise provided for in the 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 Engineers order to resume the work. Claims for such compensation shall ' be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the -35- 1 ' 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 Contractor, or for any other delay provided for in the contract, plans, or • specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. ' The Contractor shall erect temporary structures where necessary to provide for traffic on,to,or from the airport. 80-07 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; CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). ' The Engineer shall base his/her weekly statement of contract time charged on the following considerations: ' (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed an such principal item. Should the normal work force be on a double-shift, 12 hours shall be used, Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes,lockouts,unusual ' • delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. ' (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed, 1 (4) The Engineer will not make charges against the contract time after the date of final acceptance in; defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections ' to the Engineer's weekly statement. If no objection is filed within such specified time,the weekly statement shall be considered as acceptable to the Contractor. ' The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20, Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities ' bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. ' b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the • contract counting from the effective date of the notice to proceed and including all Saturdays,Sundays,holidays,and ' nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work,due to causes not the fault of the Contractor,shall be excluded. -36- 1 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 convect time will cease as of the date of final • acceptance. ' c. When the contract time is a specified completion date,it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete die work within the contract time ' as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting 1 forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and , effect,the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, , that any work remains uncompleted after the contract time(including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as , liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or ' after the date to which the time for completion may have been extended,will in no way operate as a wavier on the part of the owner of any of its rights under the contract. . ' 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor. ' a. Fails to begin the work under the contract within the time specified in the"Notice to Proceed,"or b. Fails to perform the work or fails to provide sufficient workers,equipment or materials to assure completion , of work in accordance with the terms of the contract,or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as , may be rejected as unacceptable and unsuitable,or d. Discontinues the prosecution of the work,or ' e. Fails to resume work which has been discontinued within a reasonable time after notice to do so,or f. Becomes insolvent or is declared bankrupt,or commits any act of bankruptcy or insolvency,or ' g. Allows any final judgment to stand against him unsatisfied for a period of 10 days,or h. Makes an assignment for the benefit of creditors,or , I. For any other cause whatsoever,fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall • ' immediately give written notice to die 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. , -37- 1 If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will,upon written notification from the Engineer of the facts of such delay,neglect,or default and the Contractor's failure to comply with such notice,have full power and authority without violating the contract,to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all • materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract,then the Contractor and the surety shall be liable and shall pay to the ' owner the amount of such excess, 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 prosecution of war or in the interest of national defense. ' When the contract, or any portion thereof, is terminated before completion of all items of.work in the contract, payment will be made for the actual number of unit.%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 hislber responsibilities for the ' completed work nor shall it relieve hislher surety of its obligation for and concerning any just claim arising out of the work performed. -38- SECTION 90 ' MEASUREMENT AND PAYMENT ' 90.01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the • Engineer, or hislher authorized representatives, using United Stoles Customary Units of Measurement or the ' International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of ' work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no ' deductions will be made for individual fixtures(or leave-outs) having an area of 9 square feet(0.8 square meter)or less. Unless otherwise specified,transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. ' Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, ' conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed, In computing volumes of excavation the average end area method or other acceptable methods will be used. , The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches,and metal cribbing will be specified and measured in decimal fraction of inches. ' The term "ton'will mean the short ton consisting of 2,000 pounds(907 kilograms)avoirdupois. All materials which 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 be 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,mid each truck shall bear a plainly legible identification mark. , Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, , provided that the body is of such shape that the actual contents may be readily and accurately determined, All vehicles shall be loaded to at least their water level capacity,and all loads shall be leveled when the vehicles arrive at the point of delivery. , When requested by the Contractor and approved by the Engineer in writing,material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be convened 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 theContractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such ' volumes will be measured at 60 F(15 C) or will be corrected to die volume at 60 F (15 C)using ASTM D 1250 for asphalts or ASTM D 633 for Mrs, Net certified scale weights or weights based on certified volumes in die case of rail shipments will be used as a basis ' of measurement,subject to correction when bituminous material has been lost from the car or the distributor,wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction ' for loss or foaming,may be used for computing quantities. • Cement will be measured by the ton(kilogram)or hundredweight(kilogram). ' .39- ' ' Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. ' • The term "lump sum"when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, 'lump sum"work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. ' Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work.Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work ' as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and ' these items are identified by gage,unit weight,section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished,erected,and maintained by the Contractor,or be certified permanently installed commercial scales. 1 Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial ' and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale,but not less than 1 pound(454 grams). The use of spring balances will not be permitted. ' • Beams,dials,platforms,and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing ' equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales 'overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been "undcrweighing"(indicating less than correct weight),they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. ' All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment,shall be included in the unit contract prices for the various items of the project. ' When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result ' in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. • 90.02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in die 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 -40- prosecution thereof,subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section ' 70. When the "basis of payment' subsection of a technical specification requires that the contract price (price bid) • include compensation for certain work or material essential to the item, this same work or material will not also be ' measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 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 hislher unbalanced allocation of overhead and profit among the contract items,or from any other cause. , 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any 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 nonperforn 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. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,performed in accordance with the ' subsection tided EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account,such force account shall be measured ' and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools,or ' other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account ' work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has t furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name,classification,date,daily hours,total hours,rate and extension for each laborer and foreman, , (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. t (3) Quantities of materials,prices,and extensions. • (4) Transportation of materials. ' -41 - ' (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions,and social security tax. • Statements shall be accompanied and supported by a receipled invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractors stock,then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. ' 90.06 PARTIAL PAYMENTS, Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars, ' From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option)in the subsection titled PAYMENT OF WITHHELD FUNDS of this section.The balance(90 percent)of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her ' option,as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section,no such 10 percent reminage shall be deducted. ' When not less than 95 percent of the work has been completed Ore Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous • payments and deductions,will then be certified for payment to the Convector. ' 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. 90.07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to die 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. 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 die owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. -42- It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials ' shall in no way relieve the Contractor of his/her responsibility for famishing 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. 90.08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option,he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of , this section)the Contractor's deposits in escrow under 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 10 percent 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. 90.09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or ' computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes(if any)in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate, If, , after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute,and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be ' processed based on the entire sum,or die 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 die 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. 1 -43- 1 ' SECTION 4 • SUPPLEMENTARY PROVISIONS PART A FEDERAL AND STATE PROVISIONS 1. CIVIL RIGHTS ACT OF 1964, TITLE VI - CONTRACTOR CONTRACTUAL REQUIREMENTS(49 CFA PART 21) 2. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982 (Section 520 - General Civil Rights Provisions) 3. ACCESS TO RECORDS AND REPORTS(49 CFR PART 18.36(i)) ' 4. RIGHTS TO INVENTIONS(49 CFR PART 18.36(1)(8)) 5. BREACH OF CONTRACT TERMS(49 CFR PART 18.36) 6. DISADVANTAGE BUSINESS ENTERPRISES(DBE)(49 CFR PART 26) 7. TRADE RESTRICTION CLAUSE(49 CFR PART 30) 8. TERMINATION OF CONTRACT(49 CFR.PART 18.36(i)(2)) 9. CLEAN AIR AND WATER POLLUTION CONTROL(49 CFR Part 18.36(i)(12)) ' 10. DAVIS BACON REQUIREMENTS (29 CFR PART 5.5) • 11. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS(29 CFR PART 5) 12. EQUAL EMPLOYMENT OPPORTUNITY(41 CFR PART 60-1.4(b)) ' 13. EEO COMPLIANCE(41 CFR PART 60.1.7) 14. ENERGY CONSERVATION REQUIREMENTS(49 CFR Part 18) 1 15. REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(41 CFR PART 60.2) 16. CERTIFICATION OF NONSEGREGATED FACILITIES(41 CFR Part 60.1.8) ' 17. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS(41 CFR 60.4.3) 18. BUY AMERICAN PREFERENCES(Title 49 U.S.C.Chapter 501) 19 VETERAN'S PREFERENCE(Title 49 U.S.C.47112(c)) ' 20. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES(49 CFR Part 20) 21. AIRPORT JOB SPECIAL PROVISION ' 22. EXECUTIVE ORDER 94-03 23. GENERAL GUARANTY -44 - J 1 L CIMRKM SACTOF1964,7TIIEV1-COVMCPORaWRAC IVALREWRF7VMM(49(IRPART21) ' 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 shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT') Title 49, Code of Federal ' Regulations, Pan 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a pan of this contract, 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall 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 shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when ' the contract covers a program set forth in Appendix B of the Regulations. 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 shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or national origin. ' 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall 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(FAA)to , be pertinent to ascertain compliance with such Regulations,orders,and instructions.Where any information required of a contractor is in the exclusive possession of another who fails or refutes to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to • , obtain the information. 5. Sanctions for Noncompliance In the event of the contractor's noncompliance with the nondiscrimination , provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including,but not limited to: a, Withholding of payments to the contractor under the contract until die contractor complies,and/or , b. Cancellation, termination,or suspension of the contract,in whole or in pan. 6. incorporation of Provisions The contractor shall include the provisions of paragraphs 1 through 5 in every ' subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as it 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 supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and,in addition,the contractor may request the United States to enter into such litigation to protect the interests of the United States. ' 2. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982(Section 520-General Civil Rights Provisions) The Contractor assures that it will comply with pertinent statutes,Executive orders and such rules as are promulgated ' to assure 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. In the case of Contractors, this provision binds the Contractors from the bid solicitation period through die completion of the contract. This ' provision is in addition to that required of Title VI of the Civil Rights Act of 1964. -45 - ' 3. ACCESS TO RECORDS AND REPORTS(49 CFR PART 18.36(1)) • The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents,papers,and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books,records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed, 4. RIGHTS TO INVENTIONS(49 CFR PART 18.36(1)(8)) ' All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. ' 5. BREACH OF CONTRACT TERMS(49 CFR PART 18.36) Any violation or breach of terms of this contract on the part of the Contractor or their subcontractors may result in the suspension or termination of this contract or Such other action Urat 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 there under shall be in addition to and not a limitation of any duties, obligations, rights and ' remedies otherwise imposed or available by law. 6. DISADVANTAGED BUSINESS ENTERPRISE(DBE)(49 CFR PART 26) ' Where used in this provision, "Department of Transportation" or"DOT"'refers to the United States Department of Transportation. "MoDOT" refers to the Missouri Department of Transportation and the Missouri Highways and Transportation Commiasion. • Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Pan 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in pan with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 applies to this agreement. Contract Anurance. MoDOT and the city will ensure that the following clause is placed in every USDOT ' assisted contract and subcontract: "The contractor or subcontractor shall not discriminate on the basis of race, color, national ' origin, or sav in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT assisted contracts. Failure by the contractor to carry our 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 ' appropria'a" (This assurance shall be included in each subcontract the prime contractor signs with a ' subcontractor.) Federal Financial Assistance Agreement Assurance. MoDOT and die city agree to and incorporate the following assurance into the day to day operations and the administration of all USDOT assisted contracts;where"recipient" ' means MoDOT and any MoDOT grantee receiving USDOT assistance: "MoDOT or the chy shall not discriminate on the basis of race,color, national origin,or sex in ' the award and performance of any USDOT assisted contract or in the administration of its DBE Program or the requirements of 49 CFR Parr 26. The recipient shall take all necessary and • reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT assisted contracts. The recipient's DBE Program, as required by 49 1 ' -46- 1 CFR Part 26 and as approved br, USDOT, is incorporated by reference in this agreement • ' Implementation of this program is a legal obligation and failure to carry out its approved ' program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter jar enforcement under 18 U.S.0 1001 and/or the Program Fraud Gvll Remedies Act of 1986(31 U.S.0 3801 et seq.)." MoDOT and the city ensure that all recipients of USDOT assisted contracts, funds, or grants incorporates,agrees ' to and complies with the assurance statement. , Prompt Payment. MoDOT and the city require all contractors to pay all subcontractors and suppliers ' for satisfactory perfortnancc of services in compliance with the prompt payment statute, Mo. Revised Statutes,Chapter 34, Section 34.057 (included below). MoDOT and the city also requires the prompt, as defined in Section 34.057,return of all retainage held on all subcontractors after the subcontractor's ' work is satisfactorily completed, as MoDOT and city personnel may ultimately determine (if necessary). All contractors and subcontractors must retain records of all payments, made or received, for 3 years ' from the date of final payment and must be available for inspection, upon request, by any authorized representative of MoDOT, the city or USDOT. MoDOT and the city will maintain records of actual payments to DBE firms for work committed to at the time of contract award. ' MoDOT and the city will perform audits of contract payments to firms. The audits will review payments to subcontractors to ensure that the actual amount paid to DBE subcontractors equals or ' exceeds the dollar amounts stated in the schedule of DBE participation and that payment was made in compliance with Missouri Revised Statutes,Chapter 34,Section 34.057. Missouri Revised Statutes • ' Chapter 34 ' State Purchasing and Printing Section 34.057 August 28, 1998 ' Public works contracts—prompt payment by public owner to contractor—prompt payment by contractor to , subcontractor—progress payments—retainage—late payment charges--withholding of payments, 34.057. 1. Unless contrary to any federal funding requirements or unless funds from a state grant are not timely ' received by the contracting public municipality but notwithstanding any other law to the contrary, all public works contracts made and awarded by the appropriate officer,board or agency of the state or of a political subdivision of the state or of any district therein,including any municipality, county and any board referred to as the public owner, ' for construction, reconstruction or alteration of any public works project, shall provide for prompt payment by the public owner to the contractor and prompt payment by the contractor to the subcontractor and material supplier in accordance with the following: (1) A public owner shall make progress payments to titre contractor on at least a monthly basis as the work ' progresses,or, on a lump sum basis according to the terms of the lump sum contract. Except in the case of lump sum contracts, payments shall be based upon estimates prepared at least monthly of work performed and material ' delivered, as determined by the project architect or engineer. Retainage withheld on public works projects shall not exceed five percent of the value of the contract or subcontract unless the public owner and the architect or engineer • determine that a higher rate of retainage is required to ensure performance of the contract. Retainage,however,shall ' not exceed ten percent of the value of the contract or subcontract.Except as provided in subsection 4 of this section, -47- , ' the public owner shall pay the contractor the amount due, less a retainage not to exceed ten percent, within thirty days following the latter of the following; (a)The date of delivery of materials or construction services purchased; (b)The date,as designated by the public owner,upon which the invoice is duly delivered to the person or place ' designated by the public owner;or (c) Ih those instances in which the contractor approves the public owner's estimate,the date upon which such ' notice of approval is duly delivered to the person or place designated by the public owner; (2) Payments shall be considered received within the context of this section when they are duly posted with the ' United States Postal Service or other agreed upon delivery service or when they are hand-delivered to an authorized person or place as agreed to by the contracting parties; (3) If, in the discretion of the owner and the project architect or engineer and the contractor, it is determined that a ' subcontractor's performance has been completed and the subcontractor can be released prior to substantial completion of the public works contract without risk to the public owner, the contractor shall request such adjustment in retainage, if any,from the public owner as necessary to enable the contractor to pay the subcontractor ' in full. The public owner may reduce or eliminate retainage on any contract payment if, in the public owner's opinion,the work is proceeding satisfactorily. If retainage is released and there are any remaining minor items to be completed,an amount equal to two hundred percent of the value of each item as determined by the public owner's duly authorized representative shall be withheld until such item or items are completed; (4) The public owner shall pay the retainage, less any offsets or deductions authorized in the contract or otherwise authorized by law, to the contractor after substantial completion of Ume contract work and acceptance by the public ' • owner's authorized contract representative, or as may otherwise be provided by the contract specifications for state highway,road or bridge projects administered by the state highways and transportation commission. Such payment shall be made within thirty days after acceptance, and the invoice and all other appropriate documentation and ' certifications in complete and acceptable form are provided,as may be required by the contract documents. If at that time there are any remaining minor items to be completed, an amount equal to two hundred percent of the value of each item as determined by the public owner's representative shall be withheld until such items are completed; (5)All estimates or invoices for supplies and services purchased,approved and processed,or final payments,shall be paid promptly and shall be subject to late payment charges provided in this section. Except as provided in subsection 4 of this section, if the contractor has not been paid within timirty days as set forth in subdivision(1)of subsection I ' of this section,the contracting agency shall pay the contractor,in addition to the payment due him,interest at the rate of one and one-half percent per month calculated from the expiration of the thirty-day period until fully paid; ' (6) When a contractor receives any payment, the contractor shall pay each subcontractor and material supplier in proportion to the work completed by each subcontractor and material supplier his application less any retention not to exceed ten percent.If the contractor receives less than the full payment due under the public construction contract, the contractor slwll be obligated to disburse on a pro rata basis those funds received, with the contractor, ' subcontractors and material suppliers each receiving a prorated portion based on the amount of payment. When, however,the public owner does not release the full payment due under the contract because there are specific areas Of work or materials he is rejecting or because he has otherwise determined such areas are not suitable for payment ' then those specific subcontractors or suppliers involved shall not be paid for that portion of the work rejected or deemed not suitable for payment and all other subcontractors and suppliers shall be paid in full; ' (7) If the contractor, without reasonable cause, fails to make any payment to his subcontractors and material suppliers within fifteen days after receipt of payment under the public construction contract,the contractor shall pay . to his subcontractors and material suppliers, in addition to the payment due them, interest in the amount of one and one-half percent per month,calculated from the expiration of the fifteen-day period until fully paid.This subdivision ' shall also apply to any payments made by subcontractors and material suppliers to their subcontractors and material ' -48- suppliers and to all payments made to lower tier subcontractors and material suppliers throughout the contracting • ' chain; (g)The public owner shall make final payment of all moneys owed to the contractor, less any offsets or deductions ' authorized in the contract or otherwise authorized by law,within thirty days of the due date. Final payment shall be considered due upon the earliest of the following events: t (a) Completion of the project and filing with the owner of all required documentation and certifications, in complete and acceptable form,in accordance with the terms and conditions of the contract; (b) The project is certified by the architect or engineer authorized to make such certification on behalf of the 1 owner as having been completed, including the filing of all documentation and certifications required by the contract,in complete and acceptable form;or ' (c) The project is certified by the contracting authority as having been completed, including the filing of all documentation and certifications required by the contract,in complete and acceptable form. , 2. Nothing in this section shall prevent the contractor or subcontractor, at the time of application or certification to the public owner or contractor, from withholding such applications or certifications to the owner or contractor for payment to the subcontractor or material supplier. Amounts intended to be withheld shall not be included in such ' applications or certifications to the public owner or contractor. Reasons for withholding such applications or certifications shall include, but not be limited to, the following: unsatisfactory job progress; defective construction work or material not remedied; disputed work; failure to comply with other material provisions of the contract;third ' party claims filed or reasonable evidence that a claim will be filed; failure of the subcontractor to make timely payments for labor, equipment and materials; damage to a contractor or another subcontractor or material supplier, reasonable evidence that the contract can not be completed for the unpaid balance of the subcontract sum or a • ' reasonable amount for retention,not to exceed the initial percentage retained by the owner. 3. Should the contractor determine, after application or certification has been made and after payment has been received from the public owner, or after payment has been received by a contractor based upon the public owner's ' estimate of materials in place and work performed as provided by contract,that all or a portion of the moneys needs to be withheld from a specific subcontractor or material supplier for any of the reasons enumerated in this section, and such moneys are withheld from such subcontractor or material supplier,then auch undistributed amounts shall be ' specifically identified in writing and deducted from the next application or certification made to the public owner or from the next estimate by the public owner of payment due the contractor, until a resolution of the matter has been achieved. Disputes shall be resolved in accordance with the terms of the contract documents. Upon such resolution the amounts withheld by the contractor from the subcontractor or material supplier shall be included in the next ' application or certification made to the public owner or the next estimate by the public owner and shall be paid promptly in accordance with the provisions of this section. This subsection shall also apply to applications or certifications made by subcontractors or material suppliers to the contractor and throughout the various tiers of the ' contracting chain. 4.The contracts which provide for payments to the contractor based upon the public owner's estimate of materials in , place and work performed rather than applications or certifications submitted by the contractor, the public owner shall pay the contractor within thirty days following the date upon which the estimate is required by contract to be completed by the public owner,the amount due less a retainage not to exceed five percent.All such estimates by the public owner shall be paid promptly and shall be subject to late payment charges as provided in this subsection. ' After the thirtieth day following the date upon which the estimate is required by contract to be completed by the public owner,the contracting agency shall pay the contractor,in addition to the payment due him,interest at a rate of one and one-half percent per month calculated from the expiration of the thirty-day period until fully paid. ' 5. Nothing in this section shall prevent the owner from withholding payment or final payment from the contractor,or - a subcontractor or material supplier. Reasons for withholding payment or final payment shall include, but not be ' limited to, the following: liquidated damages; unsatisfactory job progress; defective construction work or material -49- ' ' not remedied;disputed work;failure to comply with any material provision of the contract;third parry claims filed or • reasonable evidence that a claim will be filed; failure to make timely payments for labor, equipment or materials; ' damage to a contractor, subcontractor or material supplier; reasonable evidence that a subcontractor or material supplier cannot be fully compensated under its contract with the contractor for the unpaid balance of the contract stun;or citation by the enforcing authority for acts of the contractor or subcontractor which do not comply with any material provision of the contract and which result in a violation of any federal, state or local law, regulation or ' ordinance applicable to that project causing additional costs or damages to the owner. 6. Notwithstanding any other provisions in this section to the contrary, no late payment interest shall be due and owing for payments which are withheld in good faith for reasonable cause pursuant to subsections 2 and 5 of this section. If it is determined by a court of competent jurisdiction that a payment which was withheld pursuant to subsections 2 and 5 of this section was not withheld in good faith for reasonable cause,the court may impose interest ' at the rate of one and one-half percent per month calculated from the date of the invoice and may,in its discretion, award reasonable attorney fees to the prevailing party.In any civil action or part of a civil action brought pursuant to this section, if a court determines after a hearing for such purpose that the cause was initiated, or a defense was asserted, or a motion was filed, or any proceeding therein was done frivolously and in bad faith, the court shall require the parry who initiated such cause,asserted such defense,filed such motion,or caused such proceeding to be had to pay the other party named in such action the amount of the cost.%attributable thereto and reasonable expenses incurred by such party,including reasonable attorney fees, ' (L. 1990 S.B.808&672 § 1) MoDOT DBE Program Regulations. The city, contractor and each subcontractor are bound by the new MoDOT ' DBE Program regulations at Title CSR 10,Chapter 8. 7. TRADE RESTRICTION CLAUSE(49 CFR PART 30) ' • The contractor or subcontractor,by submission of an offer and/or execution of a contract,certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that ' discriminate against U.S.firms published by the Office of the United States Trade Representative(USTR); b, has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or ' national of a foreign country on said list,or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; ' c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, ' no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above, If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project,the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no ' cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower der subcontracts. The contractor ' may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. • The subcontractor agrees to provide written notice to the contractor if at any time it leams that its certification was erroneous by reason of changed circumstances. 1 ' -50- This certification is a material representation of fact upon which reliance was placed when making the award. If it is • ' later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal , Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to , render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. ' This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, , United States Code,Section 1001. S. TERMINATION OF CONTRACT(49 CFR PART 18.36(1)(2)) (a) The Sponsor may,by written notice,terminate this contract in whole or in pan at any time,either for the ' Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been , accumulated in perforating 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 shall be made,but no amount shall 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 shall be 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 shall be deemed to have been effected for the convenience of the Sponsor. In such event,adjustment in the contract price shall be made as provided in paragraph 2 of this clause. (e) The rights and remedies of the sponsor provided in this clause ate in addition to any other rights and , remedies provided by law or under this contract. 9. CLEAN AIR AND WATER POLLUTION CONTROL(49 CFR Pan 18.36(i)(12)) ' Contractors and subcontractors agree: a. 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; b. To comply with all the requirements of Section 114 of the Clean Air Act,as amended,42 U.S.C. 1857 et ' seq, and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 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; c. 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; d. To include or cause to be included in any construction contract or subcontract,which exceeds$100,000 • the aforementioned criteria and requirements. ' "51 " 1 ' • 10. DAVIS BACON REQUIREMENTS(29 CFR PART 5.5) 1 Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid ' unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act(29 CFR Part 3)),the full amount of wages and bona fide fringe benefits(or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the ' wage determination of the Secretary of Labor which is attached hereto and made a pan hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. ' Contributions made or costs reasonably anticipated for bona fide fringe benefits trader section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics ' shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(0)(4). Laborers or mechanics performing work in more than one classification may be compensated at die rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under(1)(ii) of this section) and the Davis-Bacon poster • (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. ' (ii)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations;and (2) The classification is utilized in the area by the construction industry;and ' (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of ' the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30•day period that additional time is necessary. 1 • -52- (C) In the event the contractor,the laborers or mechanics to be employed in the classification or ' their representatives and the contracting officer do not agree on the proposed classification • and wage rate (including the amount designated for fringe benefits where appropriate), the ' contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the , 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subpamgmphs(1)(B)or(C)of this paragraph,shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics t includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an ' hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably ' anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the ' contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. • ' The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor , under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to David-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers , and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract.In the event of failure to pay any laborer or mechanic,including any apprentice,trainee, or helper,employed or working on the site of work,all or part of the wages required by the contract, the Federal Aviation Administration may, alter written notice to the ' contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds until such violations have ceased. 3 Payrolls and basic records,' (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and , mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits ' or cash equivalents thereof of the types described in I(b)(2)(B)of the Davis-Bacon Act),daily and weekly number of lours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) diet the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a ' plan or program described in section l(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that • the plan or program is financially responsible, and that the plan or program has been ' -53- 1 ' communicated in writing to the laborers or mechanics affected, and records which show the • costs anticipated or the actual costs incurred in providing such benefits. Contractors ' employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees,and the ratios and wage rates prescribed in the applicable programs. i (ii) (A) The contractor shall submit weekly,for each week in which any contract work is performed,a copy of all payrolls to the applicant,sponsor,or owner,as the case may be,for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Fedeml Stock Number 029.005.00014-1), U.S. Govemment Printing Office, Washington, D.C.20402.The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. ' (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: ' (1)That the payroll for the payroll period contains the information required to be maintained under paragraph(3)(i)above and that such information is correct and ' complete; (2) That each laborer and mechanic (including each helper, apprentice and • trainee)employed on the contract during the payroll period has been paid the full ' weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable ' wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shalt satisfy the requirement for submission of the "Statement of Compliance"required by paragraph(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph(3)(i)of this section available for inspection,copying or transcription by authorized representatives of the ' Sponsor, the Federal Aviation Administration or the Department of Labor, and shall pemdt such representatives to interview employees during working hours on the job.If the contractor or subcontractor fails to submit the required records or to make them available, the Fedeml agency may, after written notice to the contractor, sponsor, applicant or owner, take such ' action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request at to • make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 1 ' .64- 1 4 Apprentices and Trainees. , (i) Apprentices.Apprentices will be permitted to work at less tinan the predetermined rate for the • ' work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S.Department of Labor,Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau,or if a person is employed in his or her first , 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be ' eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any cmft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise , employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program ' shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's , registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. ' Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination • ' for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship ' program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. ' (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal ' certification by the U.S.Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at , not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in die applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program.If the trainee program does not mention fringe benefits,trainees shall be paid ' the full amount of tinge benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for ' less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee ' performing work on the job site in excess of the ratio permitted under the registered program • shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws ' -55- , 1 ' approval of a training program,the contractor will no longer be permitted to utilize trainees at • less than the applicable predetermined rate for the wort: performed until an acceptable ' program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,as amended,and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. ' The contractor shall comply with the requirements of 29 CFR Part 3,which are incorporated by reference in this contract. ' 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part ' 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require,and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower ' tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Terminstion:Debarment. ' A breach of the contract clauses in paragraph 11.1 through 11.10 of this section and paragraphs 12.1 through 12.5 of the next section below may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. ' • 8. Compliance With Davis-Bacon and Related Act Reauirements, All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3, and 5 ' are herein incorporated by reference in this contract. 9. DiMutes Conceming Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause ' include disputes between the contractor(or any of its subcontractors) and the contracting agency, the U.S. Department of labor,or the employees or their representatives. ' 10. Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor s/he ) nor any ' person or fpm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(x)(1). ' (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(x)(1). ' (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. ' - 56- 1 11. CONTRACT WORKAOURS AND SAFETY STANDARDS ACT REQUIREMENTS(29 CFR PART 5) • , 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may ' require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards,in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and ' one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation#Liability for Unpaid Wages: Liquidated Damages, In the event of any violation of the clause set forth in paragraph 1 above,the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages.In , addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen , and guards,employed in violation of the clause set forth in paragraph 1. above, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph I above. 3. Withholding for Unpaid Wages and Liquidated Damages, The Federal Aviation Administration or the Sponsor , shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or ' subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. , 4. Subcontractors, The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. 12. EQUAL EMPLOYMENT OPPORTUNITY(41 CFR PART 60.1 A(b)) ' During the performance of this contract,the contractor agrees as follows: ' (1) The contractor will not discriminate against any employee or applicant for employment because of race,color, religion,sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, , and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include,but not be limited to the following: Employment,upgrading,demotion,or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor, , state that all qualified applicants will receive considerations for employment without regard to race,color, religion, sex,or national origin. (3) The contractor will send to each labor union or representative of workers with which alhe 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 11246 of September 24, 1965, as amended, • and of the rules,regulations,and relevant orders of the Secretary of Labor. , -57- • (5) The contractor will famish all information and reports required by Executive Order 11246 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 procedure authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 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 I and the provisions of paragraphs I 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 11246 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 provision, including sanctions for noncompliance: Provided,however,that in the event a contractor becomes involved K 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. ' 13. EEO COMPLIANCE(41 CFR PART 60-1.7) Rcaortine Requirements: Pursuant to Executive Order 11246 and Federal Regulation 49 CFR Part 60-1.7, the CONTRACTOR and its subcontractors shall, within 30 days after award of contract, file a compliance report on ' • Standard Form 100 (EEO-1) if said report has not been submitted within the twelve months preceding the date of award This report is required if the CONTRACTOR or it's subcontractors meet the following criteria: ' a. It is not exempt from the provisions as described in 49 CFR Part 60.5.1; b. It has 50 or more employees; ' c. Is a prime a prime contractor or first tier subcontractor; d. Has a contract,subcontract or purchase order amounting to$50,000 or more. 14. ENERGY CONSERVATION REQUIREMENTS(49 CFR Part 18.36) 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 94-163) 15. REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT ' OPPORTUNITY(41 CFR Part 60.2) 1. The goals and timetables for minority and female participation,expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are identified in the Notice-to ' Bidders: These goals are applicable to all the contractor's construction work(whether or not it is Federal or federally-assisted) ' performed in the covered area. If the contractor performs construction work in a geographical area located outside of the geographical area where the work is actually performed. With regard to this second area,the contractor also is • subject to the goals for both its Federally involved and nonfederally involved construction. 1 -58- The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its • ' implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the ' specifications set forth in 41 CFR 604.3(x), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade,and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the , sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 604. Compliance with the goals will be measured against the total work hours performed. ' 2. The contractor shall provide written notification to the Director,OFCCP,within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this , solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract;and the geographical area in which the subcontract is to be performed. 3. As used in this notice and in the contract, the "covered area" means the geographical area described in the ' solicitation from which the contract results. 16. CERTIFICATION OF NONSEGREGATED FACILITIES(41 CFR Part 60-1.8) , Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Nonsegregated 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. NOTE: The penalty for making false statements in offers is prescribed t in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES , The federally-assisted construction Contractor, certifies that it does no maintain or provide,for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities ' are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the tent"segregated facilities"means any waiting rooms,work areas, ' restrooms,and washrooms, restaurant.%and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of ' race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from ' the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. • _59_ 1 • 17. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS(41 CFR 60 4.3) ' 1. As used in these specifications: 1 a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. 1 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 1 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); 1 (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 1 • peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 1 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 604.5) 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 1 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 1 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. 1 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should 1 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 1 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. 1 1 -60- 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 11246 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 contractors 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 o current list of minority and female recruitment sources,provide written ' notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the • ' organizations'responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union,a recruitment source, ' or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or,if referred,not employed by the contractor,this shall be documented in , the file with the reason therefore along with whatever additional actions the contractor may have taken. I 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. ' -81 - 1 • 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 shall send written notification to organizations,such as die 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. IL Validate all tests and other selection requirements where there is an obligation to do so trader ' • 41 CFR Part 60-3. 1. 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 nonsegregated 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 I&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 dint 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 1 -62- behalf of the contractor. The obligation to comply, however,is the contractor's and failure of such a group to fulfill , an obligation shall not be a defense for the contractor's noncompliance. • 9. A single goal for minorities and a separate single goal for women have been established, The contractor, ' however,is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for , women generally,)the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any ' person because of race,color,religion,sex,or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts , pursuant to Executive Order 11246. 12. 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 604.8, 14. 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 br 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). 18. BUY AMERICAN PREFERENCES(Title 49 U.S.C.Chapter 501) ' 1. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and , manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: a. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United Stales, if the cost of its .components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class , or kind as the products referred to in subparagraphs b.(1)or(2)shall be treated as domestic. -63- , 1 b. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. ' • c. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. ' 2. The successful bidder will be required to deliver only domestic steel and manufactured products,except those: a. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990,are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; b. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990,that domestic preference would be inconsistent with the public interest;or c, that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. ' 19. VETERAN'S PREFERENCE(Title 49 U.S.C.47112(c)) In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1)and(2)of the Airport and Airway Improvement Act of 1982. However,this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. ' 20. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES(49 CFR Part 20) ' • 1. No Federal appropriated funds shall be paid,by or on behalf of the contractor,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 the making of any Federal grant and the amendment or modification of any Federal grant. ' 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 any Federal grant, the contractor shall complete and submit Standard Form-LLL,"Disclosure of Lobby Activities,"in accordance with its instructions. 21. AIRPORT JOB SPECIAL PROVISION "By entering into this Contract,the Contractor agrees to comply with all applicable tears of Executive Order 12818, issued by President George Bush on October 23, 1992,prohibiting certain contractual requirements,and prohibiting ' discrimination against certain persons or entities on the basis of whether or not labor organization Agreement's or affliliations exist.The Contractor further agrees to include within its contracts and subcontracts governing this work, a provision which requires those contractors to comply with Executive Order 12818 (except as may be exempted by the executive order itself). ' The contractor understands,and agrees to inform its own contractors and subcontractors,that failure to comply with Executive Order 12818 will subject them to disciplinary action as appropriate, including but not limited to, ' debarment, suspension, termination of dre contract for default,or the withholding of payments. The Contractor also understands that the Sponsor has no policies or contractual provisions which violate Executive Order 12818." ' 22. EXECUTIVE ORDER 94-03 • The Contractor shall comply with all the provisions of Executive Order 94.03, issued by the Honorable Mel Carnahan,Governor of Missouri,on the fourteenth(10)day of January 1994,which executive order is incorporated -64- herein by reference and is made a part of this contract. This Executive Order which promulgates a Code of Fair • ' Practices in regard to nondiscrimination, is incorporated herein by reference and made a part of this Contract. This Executive Order prohibits discriminatory practices by the state, the contractor or its subcontractors based on race, color,religion,national origin,sex,age,disability,or veteran status. 23. GENERAL GUARANTY , Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done ' in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of 12 months from the ' date of final acceptance of work. The owner will give notice of defective materials and work with reasonable promptness.In the event repair work is required,the contractor shall remedy any defects and pay for damage to other work resulting therefrom which shall appear within a period of 12 months from the date of the acceptance of the Moir work. ' -85- , • PART B DBE ADMINISTRATION 1. Eligibility of DBE's-. On Iv those firm.-; currently certified as DBE's by the Missouri Department of Transportation (MoDOT) are eligible to participate as DBE's on this contract. A list of these fumy can be obtained from MoDOT,consulting engineer,or the sponsor. 2. Counting DBE Participation Towards DBE Goals: DBE participation toward attainment of the goal will be ' computed on the basis of the subcontract prices agreed to between the contractor and subcontractors for the contract items or portions of items being sublet,as documented in the Proposal Form. Credit will only be given for use of DBE's that are certified or accepted according to this specification. DBE participation shall be counted toward meeting the DBE goal in accordance with the following: a. Commercially Useful Function: The Sponsor shall count toward the DBE goal only those expenditures to DBE's that perform a commercially useful function in the work of the contract. A DBE performs a commercially useful function when it is responsible for execution of a distinct element of work by actually performing, managing, and supervising that work. To determine if a DBE is performing a commercially useful function, the amount of work subcontracted,industry practices,and other relevant factors will be evaluated. If consistent with industry practices,a DBE shall enter into a subcontract or other contractual written agreement. A DBE Contractor may subcontract a portion of the work up to the amount allowed under standard subcontracting contract provisions of normal industry practices. A DBE is presumed not to be performing a commercially useful function if the 1 DBE is performing outside these guidelines. b. Materials and Supplies: The Sponsor shall count toward the DBE goal the expenditures for materials • and supplies obtained from DBE suppliers and manufacturers as described below. The DBE's must ' assume the actual and contractual responsibility for the provision of the materials and supplies: (1) The entire expenditure to a DBE manufacturer will be counted toward the DBE goal. A ' manufacturer must operate or maintain a factory or establishment that produces on the premises the materials or supplies thm are obtained by the contractor. ' (2) Sixty percent of expenditures to a DBE regular dealer will be counted toward the DBE goal. A regular dealer must perform a commercially useful function in the supply process including buying the materials or supplies, maintaining an inventory and regularly selling materials to the public. Bulk items such as steel, cement, gravel,stone and petroleum products need not be kept in stock, ' but the dealer must own or operate distribution equipment. (3) No credit will be given toward the DBE goal,if the prime contractor makes a direct payment to a non-DBE material supplier. However, it will be permissible for a material supplier to invoice the ' prime contractor and the DBE jointly and be paid by the prime contractor making remittance to the DBE ftmt and material supplier jointly. (4) No credit, toward the DBE goal, will be given for the cost of materials or equipment used in a DBE firm's work when those costs are paid by a deduction from the prime contractor's payments) to the DBE firm. c. Work Classifications: DBE credit will count toward the contractual goal only for work actually performed by the DBE firm and within the Standard Industry Classification (SIC) code approved for that firm. The credit will be counted in the following manner: ' (1) Manufacturer: Credit is given for 100 percent of the value paid for materials furnished which • become a permanent part of the project. A manufacturer is a firm that owns and operates the ' facilities to produce a product required by the project and purchased by the contractor. -66- (2) Supplier: Credit is given for 60 percent of the value paid for materials furnished which becomes a • , permanent part of the project. A supplier sells goods to the general public and maintains an , inventory at an owned or leased warehouse or store. Bulk items such as steel,petroleum projects, or rock do not have to be maintained in an on-site inventory. Credit will not be given for the cost of the materials and separate credit for the hauling of those some materials. Transportation of the materials is deemed part of the total cost. ' (3) Broker: Credit is given for 100 percent of the fees or commission received by the DBE firm for materials purchased,services provided,or equipment secured and resold to the contractor. Fees or , commissions arc defined as the difference between what the DBE firm paid for the materials purchased, services provided, or equipment secured and the price paid by the contractor to the DBE firm for those items. A broker does not manufacture or supply on a regular basis. (4) Trucker: Credit is given for 100 percent of the amount paid to the DBE trucker if that trucking is ' performed by the DBE, with employees of the DBE, using equipment owned or long-term leased by the DBE. However, if the DBE firm uses leased trucks, at least one truck owned by the firm ' must be used on the project. Full credit will not be given for leased trucks unless they are leased on a long-term basis from ' another DBE firm, DBE owner operators, or a recognized commercial leasing operation. Finns licensed by the Missouri Public Service Commission as leasing agents qualify as a recognized leasing operation. Lease of trucks from the prime contractor will not be credited toward the DBE goal, other than possibly the portion constituting broker fees and commissions. This type of ' relationship will be subject to strict scrutiny. All trucks used must be labeled clearly and visibly with a sign indicating the firm owning or leasing the vehicle. MODDT will require submittal of a truck roster report, including ownership and vehicle identification information, on a regular basis. MoDOT project office or other designated personnel will review the rosters for verification and will monitor the trucks operating on the project. MoDOT will conduct random verification and report any irregularities to the ' External Civil Rights Unit for review. In order for the use of a DBE trucker to be credited for the delivered price of materials supplies, , the trucker must be certified as a supplier or manufacturer of the material, responsible for the quality standards of the material,negotiating the material price,payment,and select the source. (a) Owner-Operator Trucking: The Sponsor shall count toward the DBE goal,the entire delivery , fee paid to DBE owner-operators perforating trucking for the contractor,if they appear on the contractor's payroll and separate records are furnished to the Sponsor documenting the expenditures. The records shall include for each owner-operator; their social security number, ' driver's license number•, vehicle registration number; current vehicle license number; truck number;and a complete record of the contract fees paid to them. If the DBE firm uses owner-operators to supplement their owned trucks, the DBE must be ' responsible for management and supervision of the entire trucking operation. The trucking arrangement or contract cannot be a contrived arrangement to meet the DBE goal. The DBE will be considered a broker,and only fees or commissions received will count toward the goal, ' if the DBE is not in full control,or does not have employees or trucks on the project. d. Joint Venture: When a joint venture contract is involved, the Sponsor shall count towards the DBE goal that portion of the contract total dollar value equal to the percentage of ownership and control of , each DBE firm within the joint venture, Such crediting is subject to the sponsor's acceptance of the • joint venture agreement. The Bidder must furnish the joint venture agreement with the DBE Participation Form, The joint venture agreement must include a detailed breakdown of the following: ' -s7- • (1) Contract responsibility of the DBE for specific contract items of work, (2) Capital participation by the DBE, 1 (3) Specific equipment to be provided by the DBE, (4) Specific responsibilities of the DBE regarding control of the joint venture, (5) Specific workers and skills to be provided by the DBE,and (6) Percentage distribution to the DBE of the projected profit or loss incurred by the joint venture. The joint venture must be certified in writing by McDOT. ' 3. Award Documentation and Procedure: All Bidders shall certify in the Proposal Form their intent to meet or exceed the established goal or to demonstrate good faith efforts to meet the goal. Failure to make such certification or failure to demonstrate good faith efforts will render a bid nonresponsive and will not be considered. a. DBE Participation Information: All Bidders must complete the required DBE participation information in the Proposal Form, when a DBE goal has been established for the project. The ' information shall demonstrate the contractor's intended participation by certified DBE's. The information furnished shall consist of: ' (1) The names and addresses of DBE firms that will participate in the contract; (2) A description of the work that each DBE will perform; (3) The dollar amount of the participation of each DBE firm participating; (4) Written documentation (signed contract proposal) of the bidderlofferor's commitment to use a ' DBE subcontractor whose participation it submits to meet a contract goal; (5) If the contract goal is not met,evidence of good faith efforts(see paragraph c below). ' • (Note: After award of the contract,the MoDOT External Civil Rights Office will contact by mail each DBE firm participating in the contract,requesting written confirmation from the DBE that it is participating in the contract as provided in the Proposal Form.) ' b. Sponsor Evaluation: In selecting the lowest responsible bidder, the Sponsor and MoDOT will evaluate die DBE information provided with the bid. The Sponsor and MoDOT may request additional DBE information. Prior to awarding the contract,the Sponsor will verify verbally and/or in writing that ' the information submitted by the apparent successful bidder is accurate and complete. c. Good Faith Efforts: If the bidder is unable to meet the DBE goal, the bidder must submit in and as ' part of its bid, written documentation and evidence of good faith efforts taken to meet the goal. Good faith efforts conducted after the bid opening will not be considered adequate to fulfill these bid requirements. Good faith efforts may include but are not limited to: ' (1) Efforts to select portions of the work for performance by DBE's,in order to increase the likelihood of achieving the DBE goal, This can include, but is not limited to, breaking down contracts into economically feasible units to facilitate DBE participation. Selection of portions of work shall be ' at least equal to the DBE goal. (2) Written notification to individual DBE's likely to participate in the contract sent at least 7 calendar days prior to the bid opening. The notification shall list specific items or types of work and shall be sent to a reasonable number of DBE's qualified to participate in the contract. (3) Efforts to negotiate with DBE's for specific items of work including: (a) Names, addresses, and telephone numbers of DBE's who were contacted, the dates of initial ' contact and information on further contacts made to determine with certainty if the DBE's were interested.Personal or phnne contacts are expected; • (b) Description of the information provided to the DBE's regarding the plans, specifications and estimated quantities for portions of the work to be performed; (c) Individual statements as to why agreements with DBE's were not reached;and -68- (d) Information on each DBE contacted but rejected and the reasons for the rejection. • ' (4) Efforts to assist the DBE's that need assistance in obtaining bonding, insurance, or lines of credit , required by the contractor. (5) Documentation that qualified DBE's are not available or not interested. , (6) Advertisements in general circulation media, trade association publications and disadvantaged- focus media concerning subcontracting opportunities. (7) Efforts to use the services of available.disadvantaged community organizations; disadvantaged contractor's groups; local, state and federal disadvantaged business assistance offices; and other , organizations that provide assistance in recruitment and placement of DBE's. The demonstration of good faith efforts by the contractor must prove the contractor actively and ' aggressively sought out DBE's to participate in the project. The following actions would not be considered acceptable reasons for failure to meet the DBE goal and would=o constitute a good faith effort: (1) The DBE was unable to provide adequate performance and/or payment bonds. ' (2) A reasonable DBE bid was rejected based on price. (3) The DBE would not agree to perform the subcontract work at the prime contractors unit bid price. (4) Union versus non-union status of the DBE firm. , (5) The prime contractor would normally perform all or most of the work included in this contract. (6) The prime contractor solicited DBE participation by mail only. Should MoDOT and the city determine that the bidder's submitted documentation on good faith efforts , are inadequate, the bidder must make a written request for administrative reconsideration within 2 working days of the notification on lack of good faith efforts. That notice may be faxed or emailed to: • , Lester Woods,Jr. External Civil Rights Administrator P.O.Box 270 ' Jefferson City,Missouri 65102 Telephone:. (573)751-2859 Fax: (573)526-0558 ' E-Mall: Lester.WoodsJrCa�modot.mo.eov The Administrative Reconsideration Committee will include 3 individuals MoDOT deems appropriate and the members will be familiar with the DBE program, bidding, construction, and/or contracting ' matters, The External Civil Rights Unit will process the request,including providing documentation of the determination,and notify the Administrative Reconsideration Committee of the request for review, however,the administrator,nor any member of MoDOT that had a part in the initial determination will , be a part of the reconsideration determination As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do ' so to the committee. The bidder may choose to meet in person with the Administrative Reconsideration Committee to discuss the finding. MoDOT and the city will notify the bidder, in writing of the decision on reconsideration,explaining the basis for finding that the bidder did or did not ' make adequate good faith efforts to meet the goal. The result of the reconsideration process is not administratively appealable to the USDOT. 4. Post Award Compliance: If the contract is awarded on less than full DBE goal participation,the contractor is ' not relieved of the responsibility to make a determined effort to meet the full goal amount during the life of the - contract. In such a case, the contractor shall continue good faith efforts throughout the life of the contract to increase the DBE participation to meet the contract goal, ' _gg_ ' If a DBE is unwilling or unable to perform the work specified,the contractor shall request from the Sponsor and • FAA, relief from the obligation to use that DBE. Efforts will be made by the contractor to acquire from the ' DBE a letter which states the reason the DBE is unwilling or unable to complete its obligations under the project. If this results in a DBE contract shortfall,the contractor shall immediately take steps to obtain another certified DBE to perform an equal dollar value of allowable credit. If a new DBE cannot be found, the contractor shall submit evidence of good faith efforts within 15 calendar days of the request for relief. The contractor shall submit the new DBE's name, address, work items and the dollar amount of each item. The sponsor and the FAA shall approve the new DBE before the DBE starts work. ' If the contractor fails to conform to the approved DBE participation or if it becomes evident that the remaining work will not meet the approved participation, then the contractor shall submit evidence showing either how the contractor intends to meet the DBE participation, or what circumstances have changed affecting the DBE participation. If the sponsor is not satisfied with the evidence,then liquidated damages may be assessed for the difference between the approved and actual DBE participation. 5. Records and Reports: The contractor and all of its subcontractors shall keep records as necessary to determine compliance with the DBE obligations. The records shall include but are not limited to: a. Record of DBE Participation: The names of disadvantaged and non-disadvantaged subcontractors, ' regular dealers, manufacturers, consultant and service agencies; the type of work or materials or services performed on or incorporated in the project;and the actual value of such work. b. Efforts to Utilize DBE Firms: Documentation of all efforts made to seek out disadvantaged contractor organizations and individual disadvantaged contractors for work on this project. All correspondence, personal contacts,telephone calls,etc.,to obtain the services of DBE's should be documented. • c. Final DBE Certification: Upon completion of the individual DBE firm's work, the prime contractor shall submit a certification letter attesting to the actual work performed by the DBE firm and the amount paid the DBE firm. This certification letter shall be signed by both the prime contractor and the DBE firm. A sample certification letter is available on the MoDOT aviation website at ' hn:tl www.modot.oml othertrounnoiUtion/aviation/nviationgrantdoc.htm. 1 -70- PART C • ' LOCAL PROVISIONS , INDEMNIFICATION AND INSURANCE ' The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property,including loss of all judgments recovered therefore,and from all expense in defending said claims,or suits, ' including court costs,attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors,their respective agents,servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. ' Insurance Contractor shall procure and maintain at its awn expense during the life of this contract: ' (a) Workmen's Comnensation Insurance for all of its employees to be engaged in work under this contract. ' (b) Contractor's Public Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single occurrence and$300,000 for any one person in a single accident or occurrence,except for those ' claims governed by the provisions of the Missouri Workmen's Compensation Law,Chapter 287,RSMo.,and Contractor's Property Damage Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than$2,000,000 for all claims arising out of • ' a single accident or occurrence and$300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance-The Contractor shall also obtain at its own expense and , deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured,in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and$500,000 for any one person in a single accident or occurrence,except for those claims governed by the provisions of the Missouri ' Worlancit's Compensation Law,Chapter 287,RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting,explosion or collapse. (e) Subcontracts-In case any or all of this work is sublet,the Contractor shall require the , Subcontractor to procure and maintain all insurance required in Subparagraphs(a),(b),and(c)hereof and in like amounts. (E) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and(c) ' hereof shall provide adequate protection for the Contractor and its subcontractors,respectively,against damage claims which may arise from operations under this contract,whether such operations be by the insured or by anyone ' directly or indirectly employed by it,and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph(I)is construed to require the procurement of Contractor's protective insurance(or contingent ' public liability and contingent property damage policies)by a general contractor whose subcontractor has employees working on the project,unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or ' indirectly employed by the Contractor. -71 - i FEDERAL AND STATE WAGE RATES • 1 . 1 1. • 1 . . . .72- Missouri ' Division of Igor Standards WADE AND HOUR SECTION F THE s h 4' O 111 '7 MbcsC �O ' BOB HOLDEN, Governor • Annual Wage Order loo. 11 ' Section 014 CALLAWAY COUNW ' in accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy or this Annual Wage Order has been filed with the Secretary of State as indicated below, any ' person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599,Jefferson City, MO 651020599. Such objections must set forth In writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. ' Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20.5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. RECEIVED & FILED 1 een A. White, Director ' MAR 10 2004 Division of Labor Standards Pled With Secretary of State; CE'S.SS ISMMI IONDIVION • Last Date Objections May Be Filed: APR 0 9 2004 Prepared by Missouri Department of Labor and Industrial Relations 1 Building Construction Rates for REPLACEMENT PAGE Section 014 • , CALLAWAY County ec ve Basic Over- OCCUPATIONAL TITLE Dale of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker 10104 $28.79 55 60 1 $11.96 ' Boilermaker 1/05 $27.69 57 7 $16.42 Brlckle ers-Stone Mason $24.85 59 7 $7.75 Carpenter $19.78 60 15 $8.36 ' Cement Mason $18.26 9 3 $9.60 Electrician Inside Wlreman $25.11 1 28 7 $9.51 + 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $29.465 26 54 $10.305 ' O e ting Engineer Group 1 5104 $23.37 86 66 $13.80 Group II 5/04 $23.37 86 66 $13.80 Group III 5104 $22.12 86 66 $13.80 , Group III-A 5104 $23.37 86 66 $13.80 Group IV 5104 $24.07 86 66 $13.80 Group V 5104 $25.37 86 66 $13.80 , Pipe Filter 7104 b $30.00 91 69 $14.68 Glazier $13.50 FED $1.89 Laborer(Building): General $16.72 110 7 $7.58 , First Seml-Skilled $18.72 110 7 $7.58 Second Seml-Skilled $17.721 110 7 1 $7.58 Lather USE CARPENTER RATE , Linoleum Layer 8 Cutter USE CARPENTER RATE Marble Meson $24.85 59 7 $7.75 Mlllwri ht $20.78 60 15 $8.36 Iron Worker 8104 $22.48 11 8 $13.76 ' Painter $19.19 18 7 $5.58 Plasterer $17.32 94 5 $9.35 Plumber 7/04 b $30.00 91 69 $14.68 Pile Driver $20.78 60 15 $6.36 ' Roofer 9104 $24.25 12 4 $8.31 Sheet Mehl Worker 7104 1 $23.74 1 40 23 1 $9.46 Sprinkler Fitter 4104 $27.09 1 33 19 1 $11.95 ' Terrazzo Worker $24.85 69 7 $7.75 Tile Setter $24.85 59 7 $7.75 Truck Oriver-Teamster Group 1 $20.45 101 5 $5.75 ' Group 11 $21.10 101 5 $5.75 GrouR 111 $20.60 101 5 $5.75 Group IV $21.10 101 5 $5.75 Traffic Control Service Driver , Welders-Acetylene 8 Electdc Fringe Benefit Percentage is of the Basic Hourly Rate , Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at(573)751.3403. "Annual Incremental Increase *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.11 1105 • Building Construction Rates for REPLACEMENT PAGE Section 014 CALLAWAY County Footnotes Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule •Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. ' Use Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles not listed In Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. ' • a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% •b-All work over$3.5 Million Total Mechanical Contract-$30.00,Fringes-$14.68 All work under$3.5 Million Total Mechanical Contract-$28.66, Fringes-$11.83 -Annual Incremental Increase ANNUAL WAGE ORDER NO. 11 7/04 CALLAWAV COUNTY OVERTIME SCHEDULE ' BUILDING CONSTRUCTION - FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 %)shall be paid for all work , in excess of forty(40)hours per work week. NO.9: Means the regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m,)may be moved , forward to 6:00 a.m, or delayed one hour to 9:00 a.m, All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/:)times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday tit straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week , shall be Monday through Friday,except for midweek holidays. NO.11: Means eight(8)hours shall constitute it day's work,with the starting time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half(1'/2) shall be paid for first two (2) hours of overtime ' Monday through Friday and the first eight(8)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2)time rate, Double(2)time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays, ' NO, 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1) work week, shall be paid for at the rate of one and one-half(1%) times the regular hourly wage scale, All work , performed within the regular working hours which shn)) consist of a ten (10) hour work day except in emergency situations, Overtime work and Saturday work shall be paid at one and one-half(1'h) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly Tate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours arc from six (6) hours before Noon ' (12:00)to six(6)hours tiller Noon(12:00). The regular work week shall be forty(40)hours,beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m.and 6:00 p.m,on Friday. Saturday will be paid at time • ' and one-half(I%), Sunday and Holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off,but only in the week of the day being lost. Any time before six(6)hours before Noon or six(6)hours after Noon will be paid at time and one-half(I%2). NO,26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 a.m,,and 5:00 p.m., ' five (5)days per week, Monday to Friday, inclusive, Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades, (The above working hours may be changed by mutual , agreement). Work performed on Construction Work on Saturdays,Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime,and paid for at double(2)the rate of single time. The employer may establish hours worked on a jobsite for a four(4)ten(10)hour day work week at straight time pay for construction work; the regular working day shall consist of ten(10)hours worked consecutively,between 6:00 am. , and 6:00 p.m., four (4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays,and before and after the regular working day on Monday to Thursday where a four(4)ten(10) hour day workweek has been established,will be paid at two times(2)(Ire single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay. ' ANNUAL WAGE ORDER NO. I1 ' Awl 1014 OT,doc Page i of Pages 1 ' CALLAWAV COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION ' • NO.28: Means eight(8)hours between 7:00 a.m. and 5:30 p.m.,with at least a thirty(30)minute period to be taken for lunch,shall constitute a day's work five(5)days a week, Monday through Friday inclusive,shall constitute n work week. The Employer has the option for n workday/workweek of four(4)ten(10)hour days(4-10's)provided: ' -The project must be fora minimum of four(4)consecutive days. -Starting time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week,then the regular eight(8)hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one&one-half (I%,)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly tale of pay. Should employees work in excess of twelve(12)consecutive hours they shall be paid double time(2X)for all time alter twelve(12)hours, Shin work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%)percent for seven and one-half(7'h)hours work. Shift work performed ' between die hours of 12:30 a.m.and 8:00 a.m.(third shift)shall receive eight(8)hours pay at the regular hourly rate or pay plus fifteen(15%)percent for seven(7)Hours work. A lunch period of thirty(30)minutes shall be allowed on each shift. All overtime work required after die completion of a regular shift shall be paid at one and one-half(I'%)times the shift hourly rate. ' NO.33; Means the standard work day shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m.,excluding the lunch period,or shall conform to the practice on the job site. Four(4)days at ten(10)hours a • day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for ' Sundays and holidays shall be at time rate of time and one-half(1'/,). Overtime worked on Sundays and holidays shall be at double(2)time. ' NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on time job beginning with Monday and ending with Friday of each week. Four(4) 10-Imour days may constitute time regular work week. Time regular working day shall consist of eight(8)hours labor on time job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor performed during such hour-,shall be recognized as regular working hours and ' paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular working week shall be paid for at time and one-half(1'h)the regular hourly rate. All hours worked an Sundays and holidays and all hours worked in excess of twelve(12)hours ' during the regular working day shall be paid of two(2)times the regular hourly rule. In the event of rain,snow, cold or excessively windy weather on a regular working day,Saturday may be designated as n"make-up"day. Saturday may also be designated as a"snake-up"day,for an employee who has missed a day of work for personal or other reasons. Fay for"make-up"days shall be at regular rates. NO.55: Means the regular work day shall be eight(8)hours between 6:00 a.m.and 4:30 p.m. The first two(2)hours of work performed in excess of the eight(8) hour work day, Monday through Friday,and the first ten (10) hours of work on Saturday, shall be paid at one&one-half(1'h) times the straight time rate. All work perforated on Sunday, ' observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. NO.57: Means eight(8)hours per day shall constitute a day's work and forty(40)hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. It being understood that all other pertinent ' information must be adjusted accordingly, All time worked before and after the established workday of eight(8)hours, Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half(I%)except in cases • where work is pan of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ' ANNUAL WAGE ORDER NO. 11 Awl 1 014 OT.doc Pop 2 of 4 Paps CALLAWAY COUNTY OVERTIf1IE SCHEDULE , BUILDING CONSTRUCTION • N0.59: Means that except as herein provided,eight(8)hours a day shall constitute a standard work day,and forty ' (40) hours per week shall constitute a week's work. All time worked outside of the standard eight(8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(I'/:). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer has the option of , working either five (5) eight hour days or four(4) ten hour days to constitute a normal forty (40) hour work week. When the four(4)ten-hour work week is in effect,the standard work day shall be consecutive ten(10) hour periods between the hours of 6:30 a.m. and 6:30 p,m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday ' and/or Saturday may,at the option of the Employer,be worked as a make-up day; straight time not to exceed ten(10) hours or forty(40)hours per week. When die five day(8)hour work week is in effect,forty(40)hours per wcck shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to 1 exceed eight (8) hours or forty(40) hours per week. The regular stoning time(and resulting quitting time) may be moved to 6:00 a.m.or delayed to 9:00 Amt. Make-up days shall not be utilized for days lost due to holidays. NO.60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through ' Friday, If nn Employer elects to work five 8-hour days during any work week,hours worked more than eight(8)per day or forty(40)per week shall be paid at time and one-half(IV,)the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty(40)hours,Monday , through Friday,or any pan thereof by reason of inclement weather(min or mud),Saturday or any pan thereof may be worked as a make-up do),at die straight time rate. It is agreed by the panics that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days,between the hours of 6:30 a.m. and 6:30 p.m. in any week,work performed more than ten (10)hours per day or forty(40) hours per week , shall be paid at time and one half(IV:) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather,the Employer may work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10)hours at the straight time rate,but all hours • , worked over the forty(40) hours Monday through Friday will be paid at (fmc and one-half(I%_) the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (I'/:)the regulnr Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed , one(1)hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays,or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an Amount equal to the fringe benefits. , NO. 86: Means the regular work week shall consist of five(5)days, Monday through Friday,beginning of 8;00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. All overtime work performed on Monday through Saturday shall be paid at time and one-half(1'h)of the hourly ' rate plus an amount equal to one-half('h) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits, NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.m. and ending at 4:30 p.m., , allowing one-half(12) hour for lunch. The option exists for die Employer to use a flexible sinning time between the hours of 6:00 am. and 9:00 a.m. The regular work week shall consist of forty (40) hours of five (5) work days, , Monday through Friday. The work week may consist of four(4)ten(10)hour days from Monday through Thursday, with Friday as a make-up day. If the make-up day is a holidny,the employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half(I'%) for work Performed before the regular stoning time or after the regular quitting time or over eight(8)hours per work day (unless working u 10-hour work da),,then time and one-half ' (1'h)is paid for work performed over ten(10)hours a day)or over forty(40)hours per work week. Work performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)time rate of pay. 1 ANNUAL WAGE ORDER NO. 11 AWI I0140T.duc Papc 3 ar41'attes , ' CALLAWAi'COUNTi'OVERTIME SCHEDULE BUILDING CONSTRUCTION ' . NO.94- Means eight(8)hours shall constitute a days work between the hours of 8:00 a.m.and 5:00 p.m. Ilia regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m.or delayed one (1)hour 10 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(I vs) times the regular pay. in the event time is last during lire work week due to ' weather conditions, the Employer may schedule work on the following Saturday at straight rime. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. ' NO. 101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40) hours per week shall constitute a week's work,which shall begin on Monday and end an Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rote of time and one-hair(!%) (except as herein provided), All time worked on Sunday nnd recognized holidays shall be classified as overtime and paid ' at the rate of double (2)lime. Tlic regular sinning time of 8:00 a.m. (find resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. The Employer has the option of working either five(5) eight-hour days or four(4)ten-hour days to constitute it normal foray(40)hour work week. When a four(4)ten-hour day work week is in effect,the standard work do),shall be consecutive ten(10)hour periods between die hours of 6:30 a.m. and 6:30 p.m. Forty (40) )lours per week shall constitute a week's work Monday through Thursday, inclusive. In the event iha job is down for any reason beyond the Employer's control,then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed ten(10)hours per day or forty(40)hours per week. ' Starting time will be designated by the employer. When the five(5)day eight(8)hour work week is in effect,forty(40) hours per week shall constitute a week's work,Monday through Friday,inclusive. In the event thcjob is down for any reason beyond die Employer's central,then Saturday may,at the option of the Employer,be worked as a make-up day; straight time not to exceed eight(8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for ' days lost due to holidays. NO.110: Means eight(8)hours between the hours of 8:00 a.m,and 4:30 p.m.shall constitute a work day. The starting • time may be advanced one (1) or two(2)hours. Employees shall have a lunch period of thirty (30)minutes. The Employer may provide a lunch period of one(1)hour,and in that event,the workday shall commence at 8:00 a.m.and end at 5:00 p.m. The workweek shall commence at 8:00 a.m.on Monday and shall end at 4:30 p.m.on Friday(or 50 p.m.on Friday if the Employer grants a lunch period of one(I)hour),or as adjusted by staining time change as stated ' above, All work performed before 8:00 a.m,and after 4:30 p,nf,(or 5:00 p.m.where one(l)hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half(I'%) times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for ' the work performed. If an Employer is prevented front working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement weather(min nnd mud),Saturday or any pan thereof may be worked as a make-up day at the straight time rate, The Employer shall have the option of working five eight(8) hour days or four ten(10)hour days Monday through Friday, Iran Employer elects to work rive(5)eight(8)hour days during any work week,hours worked more than eight(8)per day or forty(40)hours per week shall be paid at time and one-half(i Y2)the hourly rate Monday through Friday, If an Employer elects to work four(4)ten(10)hour days in any week,work performed more than ten(10)hours per day or forty(40)hours per week shall be paid at time and one-half(I%)the hourly rate Monday through Friday. If an Employer is working ten(10)hour days and loses a day due to inclement weather,they may work ten(10)hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten (10) hours of the straight time rate, but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(I%)overtime rate. NO. 122: Means forty(40)hours between Monday and Friday shall constitute the normal work week. Work shall be scheduled between the hours of 6:00 a.m, and 6:30 p.m., with one-half hour for lunch. Work in excess of eight(8) hours per day and forty(40)hours per week,and on Saturdays,shall he paid at the rate or one and one-half times the normal rate. Due to inclement weather during the week,Saturday shall he it voluntary make up day. ANNUAL WAGE ORDER NO.11 Awl 11114 OT.doc Pape 4 of Tapes CALLAWAV COUNTY ' HOLIDAY SCHEDULE—BUILDING CONSTRUCTION NO.3: All work done on New Year's Day, Decoration Day,July 41h, Labor Day.Veteran's Day,Thanksgiving • , Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO.4:All work done on New Ycar's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and , Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of file above holidays fall on Saturday,Friday will be obscrved , as the recognized holiday. NO.5: All work that shall be done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's ' Day,Thanksgiving Day,and Christmas Day shall be paid at the double(2) time rate of pay. NO.7: All work done on New Year's Day,Memorial Day, Independence Day,Labor Day,Veteran's Day, ' Thanksgiving Day,and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO.S: All work performed on New Year's Day,Memorial Day, Independence Day,Labor Day, Veteran's Day, ' Thanksgiving Day,and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. , NO, l5:All work accomplished on the recognized holidays of New Year's Day,Decoration Day(Memorial Day), Independence Day(Fourth of July), Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days ' observed as these named holidays,shall be compensated for at double(2) the regular hourly rate of wages plus • fringe benefits. If a holiday falls on Saturday,it shall be observed on the preceding Friday. If a holiday falls on a Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day,Christmas , Day, Decoration Day or Independence Day except to preserve life or property, NO. 19: All work done on New Year's Day, Memorial Day,July 4th, Labor Day,Thanksgiving Day,and , Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However,the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday and all work performed on said day shall be at the double(2)time rate. ' When one of the holidays falls on Saturday,the preceding Friday shall be considered the holiday and all work performed on said day shall be at the double (2)time rate. NO.23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, ' Thanksgiving Day,Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday,the following Monday shall be considered a holiday. , NO.54: All work performed on New Year's Day, Memorial Day. Independence Day, Labor Day,Veteran's Day, Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day shat( be paid at the double(2)time rate , of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. AN'O 111114 hdy.dw ANNUAL WAGI?ORDIAt N0.I1 fare I ofa'agen ' CALLAWAY COUNTY • HOLIDAY SCHEDULE—BUILDING CONSTRUCTION ' NO.60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day (Memorial Day),Independence Day(Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple(3)time is paid. When a ' holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. ' NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such, of New Year's Day,Decoration Day,Fourth of July,Labor Day,,Veteran's Day,Thanksgiving Day and Christmas Day, shall be paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. ' Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day,Decoration Day,July Fourth, Labor Day,Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. ' Friday afler Thanksgiving and the day before Christmas will also be holidays,but if the employer chooses to work these days, the employee will be paid at straight-time rate of pay. if a holiday falls on a Sunday in a particular year,the holiday will be observed on the following Monday. NO.76: Work performed on Holidays shall be paid at the rate of two times the normal rate. Holidays arc: New Years Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Day after Thanksgiving,Christmas Day. If a holiday falls on a Sunday,it shall be celebrated on the following Monday, if it falls on Saturday, it shall be celebrated on the preceding Friday, 1 , AWO 11014 bdyAoc ANNUAL WAGE ORDER NO.11 Pape 2 of 21'412ei Heavy Construction Rates for REPLACEMENT PAGE Section 014 • , CALLAWAY County ' T"ective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER ' Journeymen 5/04 $24.78 7 16 $8.34 Millwright 5/04 $24.78 7 16 $8.34 ' Plle Driver Worker 5/04 $24.78 7 16 $8.34 OPERATING ENGINEER Group 1 5/04 $22.45 21 5 $13.75 ' Group II 5/04 $22.10 21 5 $13.75 t Group III 5104 $21.90 21 5 $13.75 Group IV 5/04 $18.25 21 5 $13.75 011er-Driver 5/04 1 $18.25 21 5 $13.75 1 LABORER General Laborer 5/04 $21.17 2 4 $7.28 ' Skilled Laborer 5/04 $21.77 2 4 $7.28 • ' TRUCK DRIVER-TEAMSTER Group 1 5/04 $23.37 22 19 $6.75 , Group II 5/04 $23.53 22 19 $6.75 Group III 5/04 $23.52 ?? 19 $6.75 Grou IV 5/04 $23.64 22 19 $6.75 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the ' Building Construction Rate Sheet. 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 11 7/04 ' ' CALLAWAY COUNTY • OVERTIME SCHEDULE—HEAVY CONSTRUCTION NO.2: Means a regular work week of forty(40) hours will start on Monday and end on Friday. The regular work day shall be either eight(8) or ten (10)hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate to complete forty (40) hours of work in a week. Employees who are part of a regular crew on u make-up day, notwithstanding the fact that they may not have been employed the entire week,shall work Saturday at the straight time rate. Time & one-half(1'/2)shall be ' paid for all hours in excess of eight (8) hours per day (if working 5-8's)or ten (10)hours per day(if working 4- 10's), or forty(40)hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and one-half(1%2)shall be paid. ' For all time worked on Sunday and recognized holidays, double(2) time shall be paid. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday,ten (10)hours per day. All work over ten(10)hours in a day or forty(40) hours in a week shall be at the overtime rate of one and one-half(1'/2) times the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. If a job can't work forty(40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time (if working 4-10's). Saturday may be worked as a make-up day at straight time(if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(I%2) times the ' regular rate. Work performed on Sunday shall be paid at two (2) times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. ' • NO. 21: Means the regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided for, begin at 8:00 a.m. and end at 4:30 p.m. However, the project starting time may ' be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5)day eight (8) hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per day at the straight time rate ' of pay with all hours in excess of ten (10) hours in anyone day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control,he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his ' forty (40) hours per work week. Overtime will be at one and one-half(1'/) times the regular rate. If workmen are required to work the recognized holidays or days observed as such, or Sundays, they shall receive double (2)the regular rate of pay for such work. ' NO. 22: Means a regular work week of forty(40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8)or ten (W) hours. Ifa crew is prevented from working forty(40)hours ' Monday through Friday, or any part thereof by reason of inclement weather,Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who arc part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the ' straight time rate. For all time worked on recognized holidays, or days observed as such, double (2)time shall be paid, Aw 11014 hvy m.doc ANNUAL WAGE ORDER NO. I I Pagr 1 of I Pages CALLAWAY COUNTY ' HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO.4: All work performed on Now Year's Day, Memorial Day, independence Day, Labor Day,Thanksgivin• , Day,Christmas Day,or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday,Monday shall be observed, NO.S: The following days arc recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor , Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall ' be performed on Labor Day except in case of jeopardy to work under construction.This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8)hours toward a forty(40) hour week; however,no reimbursement for this eight(8)hours is ' to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays,they shall receive double(2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week. The ten (10)hours shall be applied to the forty (40) hour work week. NO. 16: The following days are recognized as holidays: New Year's Day,Memorial Day, Fourth of July, ' Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to , protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8)hours toward the forty(40) hour week; however, no reimbursement for this eight(8) hours is to be paid to the worker unless worked. If workers arc required to work the above recognized holidays or days observed as such, they shall receive double(2) the regular rate of pay for such work. • ' NO. 19: The following days arc recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the ' following Monday. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty(40)hour week; however,no reimbursement for this eight (8) hours is to be paid the workmen unless worked. If workmen are required to work the above enumerated holidays, or , days observed as such, they shall receive double (2)the regular rate of pay for such work. t 1 AW 11014 hvy hoUnc ANNUAL WAGE ORDER NO. I 1 Pagc I of I Page$ ' REPLACEMENT PAGE • OUTSIDE ELECTRICIAN 1 These rates are to be used for the following counties: Adair,Audrain,Boone,Callaway, Camden,Carter, Chariton,Clark, Cole, Cooper,Crawford,Dent, Franklin,Gasconade, Howard, Howell, Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon, Manes,Marion,Miller, Monitcau,Monroe,Montgomery,Morgan, Oregon,Osage,Perry,Phelps, ' Pike,Pulaski,Putnam, Rails,Randolph, Reynolds,Ripley,St. Charles, St. Francois.St. Louis City, St.Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan,Texas,Warren, and Washington COMMERCIAL WORK ' Occupational Title Basic Total Hourly Fringe Rate Benefits ' *Journeyman Lineman $28.96 $4.25+41.3% *Lineman Operator $25.93 $4.25+41.3% ' *Groundman $20.52 $4.25 +41.3% • UTILITY WORK Occupational Title Basic Total Hourly Fringe ' Rate Benefits *Journeyman Lineman $27.95 $4.25+37.3% ' *Lineman O erator $24.13 $4?5 +37.3"a *Groundman $18.66 $4.25 +37.3% OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty(40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week. ' Work performed in the 9th and Wilt hour,Monday through Friday,shall be paid at time and one-half(1'/=) the regular straight time rate of pay.Contractor has the option to pay two(2)hours per day at die time and one-half(I%,)the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m.,Monday ' through Friday.Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day, ' Veteran's Day,Thanksgiving Day, Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. ' •Annual Incremental lncreasc ANNUAL WAGE ORDER NO. I 1 7nw ' OUT STLAWII inlAm ' WAIS Document Retrieval Page 1 of 34 ' GENERAL DECISION: M020030001 04/29/2005 M01 • Date: April 29, 2005 ' General Decision Number: M020030001 04/29/2005 Superseded General Decision Number: M0020001 ' State: Missouri Construction Types: Heavy and Highway 1 Counties: Missouri Statewide. ' HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 06/13/2003 1 04/02/2004 2 04/16/2004 3 06/04/2004 ' 4 06/11/2004 5 07/23/2004 6 08/06/2004 7 09/24/2004 8 11/1212004 9 11/19/2004 10 12/24/2004 11 12/31/2004 12 01/28/2005 13 03/11/2005 ' 14 04/01/2005 15 04/08/2005 16 04/15/2005 17 04/22/2005 18 04/29/2005 ASBE0001-002 10104/2004 Rates Fringes Asbestos Worker/Heat and Frost Insulator Includes appplication of ' all insulating materials, protective coverings, coatings and finishes to all types of mechanical ' systems. Also the application of firestopping material for wall openings and penetrations in walls, • floors, ceilings and curtain walls. . . . . . . . . . . . . . .$ 28.79 11 96 1 ------------ --------- :......... CARP0007.008 04/01/2001 hftp://frwebgate.access.gpo.gov/cgi-bin/getdoo.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 2 of 34 , CASS (Richards-Gebauer AFB ONLY) , CLAY, JACKSON, PLATTE AND RAY , COUNTIES • Rates Fringes ' Carpenters: CARPENTERS & PILEDRIVERS. . . .$ 25.50 6.88 ' ........ ....................... ...... CARPODOB-003 05/0512004 ST. LOUIS COUNTY AND CITY ' Rates Fringes Carpenter. . . . . . . . . . . . . . . . . . . . . .$ 29.28 8.22 -••-•••-••••......•••-••••••••-••............................... CARPODII -001 05/01/2002 Rates Fringes Carpenter and Piledriver , ADAIR, KNOX, PUTNAM$ SCHUYLER AND SULLIVAN COUNTIES. . . . . . . . . . . . . . . . . . . .$ 23.63 6.99 ' ATCHISON, ANDREW, BATES, CALDWELL, CARROLL, DAVIESS, DEKALB, GENTRY, • t GRUNDY, HARRISON, HENRY, HOLT, LIVINGSTON, MERCER, NODAWAY, ST. CLAIR, SALINE AND WORTH COUNTIES. . . . . . . . . .$ 22.53 6.74 , AUDRAIN (East of HWy.19) , RALLS, MARION, LEWIS, CLARK AND SCOTLAND COUNTIES.$ 24.03 7.56 ' AUDRAIN (West of Hwy 19) , BOONE, COOPER, HOWARD. . . . . . .$ 23.63 6.99 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, ' DALLAS, DOUGLAS, GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, ' NEWTON, OZARK, POLK, STONE, TANEY, VERNON, WEBSTER AND WRIGHT COUNTIES. . . . . . . . .$ 22.18 6.74 , BENTON, MORGAN AND PETTIS COUNTIES. . . . . . . . . . . . . . . . . . . .$ 22.33 6.99 BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, ' MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, STE. GENEVIEVE$ SCOTT, STODDARD , AND WAYNE COUNTIES. . . . . . . . . .$ 24.56 7.18 BUCHANAN$ CLINTON, JOHNSON • AND LAFAYETTE COUNTIES. . . . .$ 23.18 6.74 ' CALLAWAY, COLE, MILLER, MONITEAU, OSAGE. . . . . . . . . . . . .$ 23.63 6.99 http;//frwebpate.access.ppo.gov/cpi-bin/getdoo.cpl?dbname=Davis-Bacon&docid=... 5/4/2005 ' ' WAIS Document Retrieval Page 3 of 34 ' CARTER, HOWELL, OREGON AND RIPLEY COUNTIES. . . . . . . . . . . .$ 23.64 7.18 • CHARITON, LINN, MACON,MONROE, RANDOLPH AND ' SHELBY COUNTIES. . . . . . . . . . . . .$ 23.63 6.99 CRAWFORD, DENT, GASCONADE, IRON, MADISON, MARIES, MONTGOMERY, PHELPS, PULASKI, REYNOLDS, SHANNON AND TEXAS COUNTIES. . . . . . . . . .$ 23.88 7.56 ' FRANKLIN COUNTY. . . . . . . . . . . . .$ 25.93 7.56 JEFFERSON AND ST. CHARLES COUNTIES. . . . . . . . . . . . . . .$ 28.44 7.56 LINCOLN COUNTY. . . . . . .$ 25.54 7.56 PIKE, ST. FRANCOIS AND WASHINGTON COUNTIES. . . . . . . . .$ 24.59 7.56 WARREN COUNTY. . . . . . . . . . . . . . .$ 25.93 6.56 1 ------ *------------------------*- --"------- ELEC0001-002 07/01/2004 BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, FRANKLIN, ' IRON, JEFFERSON, LINCOLN, MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY,REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County) , STE. GENEVIEVE, SCOTT, STODDARD, ' WARREN, WASHINGTON AND WAYNE COUNTIES Rates Fringes Electrician. . . . . . . . . . . . . . . . . . . .$ 31 .10 17.30 .............................•.................................. ELECOD02-001 09/01/2004 ' ADAIR, AUDRAIN, BOONE, CALLAWAY, CAMDEN, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GASCONADE, ' HOWARD, HOWELL, IRON, JEFFERSON, KNOX$ LEWIS, LINCON, LINN, MACON, MARIES, MARION, MILLER, MONITEAU, MONROE, MONTGOMERY, MORGAN, OREGON, OSAGE, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County), STE. GENEVIEVE, SCHUYLER$ SCOTLAND, SHANNON, SHELBY, SULLIVAN, TEXAS, WARREN AND WASHINGTON COUNTIES ' Rates Fringes ' Line Construction: Groundman Equipment Operator$ 26.58 4.25+41 .30% Groundmen, Groundman Driver.$ 21 .03 4.25+41 .30% Groundman-Winch Driver. . . . . .$ 21 .84 4.25+41 .30+6 ' Lineman and Cable Splicer. . .$ 29.68 4.25+41 .3056 ELECO053-004 08/2712000 ' Rates Fringes ' • Line Construction: ANDREW, ATCHINSON, BARRY, BARTON, BUCHANAN, 1 hftp://frwebgate.access,gpo.gov/cgi-bin/getdoc.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 4 of 34 , CALDWELL, CEDAR, CHRISTIAN, , CLINTON, DADE, DALLAS, DAVIESS, DE KALB, DOUGLAS, • GENTRY, GREENE, GRUNDY, HARRISON, HICKORY., HOLT, ' JASPER, LACLEDE, LAWRENCE, LIVINGSTON$ McDONALD, MERCER, NEWTON, NODAWAY, ' OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER, WORTH, AND WRIGHT ' COUNTIES. Groundman Powderman. . . . . . . .$ 18.69 7.37 Groundman. . . . . . . . . . . . . . . . . .$ 17.30 6.98 ' Lineman operator. . . . . . . . . . .$ 25.41 9.30 Lineman. . . . . . .$ 26.75 9.69 BATES, BENTON, CARROLL, CASS, CLAY, HENRY, ' JACKSON, JOHNSON, LAFAYETTE, PETTIS, PLATTE, RAY, AND SALINE COUNTIES. ' Groundman Powderman. . . . . . . .$ 19.45 7.59 Groundman. . . . . . . . . . . . . . . . .$ 18.49 7.31 Lineman operator. . . . . . . . . . .$ 25.97 9.46 Lineman. . . . . . . . . . . . . . . . . . . .$ 27.80 9.99 ' ......••••••-••••••••••••••••••••............................... ELE00095-001 06/01/2004 BARRY, BARTON, CEDAR, CRAWFORD, DADE, JASPER, LAWRENCE, • , MCDONALD, NEWTON, ST CLAIR, AND VERNON COUNTIES Rates Fringes ' Electricians: Cable Splicers. . . . . . . . . . . . . .$ 20.90 8.59+8% ' Electricians. . . . . . . . . . . . . . . .$ 20.55 8.59+8% ...............................•------------.................... ELECO124-007 08/30/2004 ' BATES, BENTON, CARROLL, CASS, CLAY, COOPER, HENRY, JACKSON, JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY AND SALINE COUNTIES: ' Rates Fringes Electricians: . . . . . . . . . . . . . . . . . .$ 32.23 13.98 ' .•••••........••••.......•••........... ....................... ELECO257-003 03101 /2005 AUDRAIN (Except Cuivre Township) , BOONE, CALLAWAY, CAMDEN, CHARITON, COLE, CRAWFORD, DENT, GASCONADE, HOWARD, MARIES, MILLER, MONITEAU, OSAGE, PHELPS AND RANDOLPH COUNTIES , Rates Fringes . Electricians: ' Cable Splicers. . . . . . . . . . . . . .$ 26.64 13.383 hftp://frwebpate.access.ppo.pov/cpi-bin/potdoo.cpl?dbname=Davis-Bacon&docid=... 5/4/2005 ' WAIS Document Retrieval Page 5 of 34 Electricians. . . . . . . . . . . . . . . .$ 25.64 13,383 ............ ......•... • ELEC0350-002 12/01/2003 ADAIR, AUDRAIN (East of Highway 19) , CLARK, KNOX, LEWIS, LINN, MACON, MARION, MONROE, MONTGOMERY, PIKE, PUTNAM, RALLS, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES ' Rates Fringes ' Electrician. . . . . . . . . . . . . . . . . . . .$ 25105 101715 ---- --•------ ELEC0453-001 09/01/2001 Rates Fringes Electricians: ' CHRISTIAN, DALLAS, DOUGLAS, GREENE, HICKORY,HOWELL, LACLEDE, OREGON, ' OZARK,POLK,SHANNON, WEBSTER AND WRIGHT COUNTIES. . . . . . . . .$ 20.85 5.37+10% PULASKI AND TEXAS COUNTIES. .$ 25.50 5.37+10% STONE AND TANEY COUNTIES. . . .$ 14.45 4197+10% ... .................... ...... ELECO545-003 06/01/2004 ' • ANDREW, BUCHANAN, CLINTON, DEKALB, ATCHISON, HOLT, MERCER, GENTRY, HARRISON, DAVIESS, GRUNDY, WORTH, LIVINGSTON, NODAWAY, AND CALDWELL COUNTIES ' Rates Fringes Electricians------.--.1--------- 29.02----------• -10133- ELEC0702-004 01/01/2005 ' BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, SCOTT, STODDARD AND WAYNE COUNTIES ' Rates Fringes ' Line Construction: Groundman - Class A. . . . . . . . .$ 18.81 4.50+26% Groundman Equipment Operator (all crawler type equipment D•4 and larger) . . .$ 27.02 4.50+26% Lineman. . . . . . . . . . . . . . . . . . . . .$ 32.83 4.50+26% .........-•----•-•---•---•-•-•-------••.................•------• ' ENGI0101-001 05/01 /2004 ANDREW, ATCHISON, BATES, BENTON, BUCHANAN, CALDWELL, CARROLL, ' • CHARITON, CLINTON, COOPER, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, HOWARD, JOHNSON, LAFAYETTE, LINN, LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SULLIVAN AND WORTH ' http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid 5/4/2005 WA1S Document Retrieval Page 6 of 34 ' COUNITES ' Rates Fringes . Power equipment operators: , GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 23.85 9690 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.45 9.90 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 21 .45 9690 ' POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 : Asphalt roller operator, finish; asphalt paver and ' spreader; asphalt plant operator; auto grader or trimmer or sub-grader; backhoe; blade operator (all types) ; boilers - 2; booster pump on dredge; bulldozer operator; boring , machine (truck or crane mounted) ; clamshell operator; concrete mixer paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ' ditching machine; dragline operator; dredge engineman; dredge operator; drill cat with compressor mounted (self-contained) or similar type self- propelled rotary ' drill (not air tract) ; drilling or boring machine (rotary-self-propelled) ; finishing machine operator; greaser; high loader-fork lift-skid loader (all types) ; hoisting engineer (2 active drums) ; locomotive operator ' (standard guage) ; mechanics and welders (field and plants) ; mucking machine operator; pile drive operator; pitman crane or boom truck (all types) ; push cat; quad track; scraper • ' operators (all types) ; shovel operator; sideboom cats; side discharge spreader; skimmer scoop operators; slip form paver operator (CMI, Rex, Gomeco or equal) ; la tourneau ' rooter (all tiller types) ; tow boat operator; truck crane; wood and log chippers (all types) . GROUP 2: A-frame truck operator; articulated dump truck; ' back filler operator; boilers (1 ) ; chip spreader; churn drill operator; compressor; concrete mixer operator, skip loader; concrete saws (self-propelled) ; conveyor operator; ' crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float operator; form grade operator; hoisting engine (one drum) ; maintenance operator; multiple compactor; pavement ' breaker, self-propelled hydra-hemmer (or similar type) ; paymill operator; power shield; pumps; roller operator (with or without blades) ; screening and washing plant; ' self-propelled street broom or sweeper; siphons and jets; straw blower; stump cutting machine; siphons and jets; tank car heater operator (combination boiler and booster) ; welding machine; vibrating machine operator (not hand ' held) ; welding machine. GROUP 3: Oiler; oiler driver; mechanic. HOURLY PREMIUMS: - THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE (S .25) ABOVE ' GROUP 1 RATE: Dragline operator - 3 yds. & over; shovel 3 yds. & over; clamshell 3 yds. & over; Crane, rigs or hnp://frwebgate.access.gpo.gov/cqi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 , WAIS Document Retrieval Page 7 of 34 piledrivers, 100' of boom or over (incl. jib. ) , hoist - each additional active drum over 2 drums • THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .50) ABOVE ' GROUP 1 RATE: Tandem scoop operator; crane, rigs or piledrivers 150' to 200' of boom (incl. jib. ) ' THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .75) ABOVE GROUP 1 RATE: Crane rigs, or piledrivers 200 ft. of boom or over (including jib. ) ' ENGI0101-005 04101/2005 CASS, CLAY, JACKSON,PLATTE AND RAY COUNTIES ' Rates Fringes ' Power equipment operators: GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 26.49 10.77 GROUP 2. . . . . . . . . . . . . . . . . . . . .S 25.45 10.77 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 20.98 10.77 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 24.33 10.77 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1 : Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant operator; auto grader or trimmer or • sub-grader; backhoe; blade operator (all types) ; boilers-2; booster pump on dredge; boring machine (truck or crane mounted) ; bulldozer operator; clamshell operator; concrete cleaning decontamination machine operator; concrete mixer ' paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ditching machine; dragline operator; dredge engineman; dredge ' operator; drillcat with compressor mounted (self-contained) or similar type self propelled rotary drill (not air tract) ; drilling or boring machine (rotary - ' self-propelled) ; finishing machine operator; greaser; heavy equipment robotics operator/mechanic; horizontal directional drill operator; horizontal directional drill locator; loader-forklift - skid loader (all types) ; ' hoisting engineer (2 active drums) ; locomotive operator (standard guage) ; master environmental maintenance mechanic; mechanics and welders (field and plants) ; ' mucking machine operator; piledrive operator; pitmen crane or boom truck (all types) ; push cat; quad-track; scraper operators (all types) ; shovel operator; side discharge spreader; sideboom cats; skimmer scoop operator; slip-form ' paver (CMI, REX, Gomaco or equal) ; la tourneau rooter (all tiller types) ; tow boat operator; truck crane; ultra high perssure waterjet cutting tool system operator/mechanic; ' vacuum blasting machine operator/mechanic; wood and log chippers (all types) ' • GROUP 2: "A" Frame truck operator; articulated dump truck; back filler operator; boilers (1 ) ; chip spreader;churn drill operator; concrete mixer operator, skip loader; ' http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgl?dbname=Davis-Bacon&docld=... 5/4/2005 WAIS Document Retrieval Page 8 of 34 ' concrete saws (self-propelled) ; conveyor operator; crusher ' operator; distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float • operator; form grader operator; hoisting engine (1 drum) ; , maintenance operator; multiple compactor; pavement breaker, self-propelled hydra- hammer (or similar type) ; power shield; psymill operator; pumps; siphons and jets; stump cutting machine; tank car heater operator (combination , . boiler and booster) ; compressor; roller operator (with or without blades) ; screening and washing plant; self-propelled street broom or sweeper; straw blower; tank ' car heater operator (combination boiler and booster) ; vibrating machine operator (not hand held) GROUP 3: Oilers ' GROUP 4: Oiler Driver (All Types) FOOTNOTE: ' HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) ABOVE GROUP 1 RATE: , Clamshells - 3 yd. capacity or over; Cranes or rigs, 80 ft. of boom or over (including jib) ; Draglines, 3 yd. capacity or over; Piledrivers 80 ft. of boom or over (including jib) ; ' Shovels & backhoes, 3 yd. capacity or over. .................................... ............................ ENGIO101 -022 05/01/2004 • ' BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, ' OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER AND WRIGHT COUNTIES and CITY OF SPRINGFIELD Rates Fringes ' Power equipment operators: GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 20.82 8.70 ' GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 20.47 8.70 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 20.27 8.70 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 18.22 8.70 , POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 : Asphalt finishing machine & trench widening , spreader; asphalt plant console operator; autograder; automatic slipform paver; backhoe; blade operator - all types; boat operator - tow; boilers-2; central mix concrete ' plant operator; clamshell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with ' compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine - 2 • active drums; launch hammer wheel; locomotive operator; standard guage; mechanic and welders; mucking machine; off-road trucks; piledriver operator; pitmen crane hftp://frwebpate.access.gpo.gov/cqi-bin/getdoe.cpl?dbname=Davis-Bacon&docid=... 5/4/2005 , ' WAIS Document Retrieval Page 9 of 34 ' operator; push cat operator; quad trac; scoop operator - all types; shovel operator; sideboom cats; skimmer scoop • operators; trenching machine operator; truck crane. GROUP 2: A-frame; asphalt hot-mix silo; asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant man; asphalt plant mixer operator; asphalt roller operator; ' backfiller operator; barber-greene loader; boat operator (bridges and dams) ; chip spreader; concrete mixer operator - skip loader; concrete plant operator; concrete pump ' operator; crusher operator; dredge oiler; elevating grader operator; fork lift; greaser-fleet; hoisting engine - 1 ; locomotive operator - narrow gauge; multiple compactor; pavement breaker; powerbroom - self-propelled; power ' shield; rooter; side discharge concrete spreader; slip form finishing machine; stumpcutter machine; throttle man; tractor operator (over 50 h.p. ) ; winch truck. GROUP 3: Boilers - 1 ; chip spreader (front man) ; churn drill operator; clef plane operator; concrete saw operator (self- propelled) ; curb finishing machine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; roller operator, other than high type asphalt; screening & washing ' plant operator; siphons & jets; sub-grading machine operator; spreader box operator, self-propelled (not asphalt) ; tank car heater operator (combination boiler & • booster) ; tractor operator (50 h.p. or less) ; Ulmac, Ulric or similar spreader; vibrating machine operator, not hand; GROUP 4: Grade checker; Oiler; Oiler-Driver ' HOURLY PREMIUMS: The following classifications shell receive $ .25 above GROUP i rate: Clamshells - 3 yds. or over; Cranes - Rigs or Piledrivers, ' 1o0 ft. of boom or over (including jib) ; Oraglines - 3 yds. or over; Hoists - each additional active drum over 2 drums; Shovels - 3 yds. or over; ' The following classifications shall receive S .50 above GROUP 1 rate: Tandem scoop operator; Cranes - Rigs or Piledrivers, 150 ft. ' to 200 ft. of boom (including jib) ; Tandem scoop. The following classifications shall receive $ .75 above GROUP 1 rate: ' Cranes - Rigs or Piledrivers, 200 ft. of boom or over (including jib. ) . ...... ............ .................... ............... ........... ' ENGIO513-004 05/01/2004 • FRANKLIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARREN COUNTIES ' Rates Fringes ' http://trwebgate.access.gpo.gov/cgi-bin/gstdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 10 of 34 ' Power equipment operators: ' GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 26.02 13.77 GROUP2t . . . . . . . . . . . . . . . . . . . .$ 24.12 13.77 • GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 21 .12 13.77 ' GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 20.66 13.77 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 : Backhoe, Cable; Backhoe, Hydraulic (2 cu yds bucket ' and under regardless of attachment, one oiler for 2 or 3, two oilers for 4 through 6) ; Backhoe, Hydraulic over 2 cu ' yds; Cableway; Crane, Crawler or Truck; Crane, Hydraulic - Truck or Cruiser mounted, 16 tons and over; Crane, Locomotive; crane with boom including jib over 100 ft from , pin to pin; Crane using rock socket tool; Derrick, Steam; Derrick Car and Derrick Boat; Dragline, 7 cu yds and over; Dredge; Gradall, Crawler or tire mounted; Locomotive, Gas, Steam & other powers; Pile Driver, Land or Floating; Scoop, , Skimmer; Shovel, Power (Electric, Gas, Steam or other powers) ; Shovel, Power (7 cu yds and over) ; Switch Boat; Whirley; Air Tugger with air compressor; Anchor Placing ' Barge; Asphalt Spreaker; Athey Force Feeder Loader, self-propelled; Backfilling Machine; Boat Operator - Push Boat or Tow Boat (job site) ; Boiler, High Pressure Breaking in Period; Boom Truck, Placing or Erecting; Boring Machine, ' Footing Foundation; Bullfloat; Cherry Picker; Combination Concrete Hoist and Mixer (such as Mixermobile) ; Compressor, Two 125 CFM and under; Compressor, Two through Four over 125 CFM; Compressor when operator runs throttle; Concrete Breaker (Truck or Tractor mounted) ; Concrete Pump (such as Pumperete machine); Concrete Saw (self-propelled) ; Concrete ' Spreader; Conveyor, Large (not selfpropelled) hoisting or moving brick and concrete into, or into and on floor level, one or both; Crane, Cimbing (such as Linden) ; Crane, Hydraulic - Rough Terrain, self-propelled; Crane, Hydraulic ' - Truck or Cruiser mounted - under 16 tons; Drilling machine - Self-powered, used for earth or rock drilling or boring (wagon drills and any hand drills obtaining power , from other SDUCes including concrete breakers, jackhammers and Barco equipmnet no engineer required) ; Elevating Grader; Engine Man, Dredge; Excavator or Powerbelt Machine; Finishing Machine, self- propelled oscillating screed; ' Forklift; Generators, Two through Six 30 KW or over; Grader, Road with power blade; Greaser; Highlift; Hoist, Concrete and Brick (Brick cages or concrete skips operating ' or on tower, Towermobile, or similar equipment) ; Hoist, Three or more drums in use; Hoist, Stack; Hydro-Hammer; Lad-A-Vator, hoisting brick or concrete; Loading Machine ' such as Barber-Greene; Mechanic on job site GROUP 2: Air Tugger with plant air; Boiler (for power or heating shell of building or temporary enclosures in , connection with construction work) ; Boiler, Temporary; Compressor, One over 125 CFM; Compressor, truck mounted; • Conveyor, Large (not self- propelled) ; Conveyor, Large (not self- propelled) moving brick and concrete (distributing) on floor level; Curb Finishing Machine; Ditch Paving http://frwebgate.access.gpo.qov/cqi-bin/getdoo.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 ' WAIS Document Retrieval Page 11 of 34 ' Machine; Elevator (outside) ; Endless Chain Hoist; Fireman (as required) ; Form Grader; Hoist, One Drum regardless of • size (except brick or concrete) ; Lad-A-Vator, other hoisting; Manlift; Mixer, Asphalt, over 8 cu ft capacity; Mixer, one bag capacity or less; Mixer, without side loader, two bag capacity or more; Mixer, with side loader, regardless of size, not Paver; Mud Jack (where mud jack is used in conjenction with an air compressor, operator shall be paid $ .55 per hour in addition to his basic hourly rate for covering both operations) ; Pug Mill operator; Pump, ' Sump - self powered, automatic controlled over 2" ; Scissor Lift (used for hoisting) ; Skid Steer Loader; Sweeper, Street; Tractor, small wheel type 50 HP and under with grader blade and similar equipment; Welding Machine, One ' over 400 amp; Winch, operating from truck GROUP 3: Boat operator - outboard motor, job site; Conveyors (such as Con-Vay-It) regardless of how used; Elevator (inside); Heater operator, 2 through 6; Sweeper, Floor GROUP 4: Crane type ' HOURLY PREMIUMS: ' Backhoe, Hydraulic 2 cu yds or less without oiler - $2.00; Certified Crane Operator - $1 .50; Certified Hazardous Material Operator $1 .50; ' • Crane,climbing (such as Linden) - $.50; Crane, Pile Driving and Extracting - $ .50 Crane with boom (including job) over 100 ft from pin to pin - add $.01 per foot ' to maximum of $4.00) ; Crane, using rock socket tool - $ .50; Derrick, diesel, gas or electric hoisting material ' and erecting steel (150 ft or more above ground) - $ .50; Dragline, 7 cu yds and over - $ .50; Hoist, Three or more drums in use - $ .50; Scoop, Tandem - $.50; ' Shovel, Power - 7 cu yds and over - $ .50; Tractor, Tandem Crawler - $ .50; Tunnel, man assigned to work in tunnel or ' tunnel shaft - $ .50; Wrecking, when machines are working on second floor or higher - $ .50 ................................................................ ENGI0513-006 05/01 /2004 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE ' GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWELL, IRON, KNOX, LEWIS$ MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, ' MORGAN, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. • FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES 1 Rates Fringes http://frwebgate.access,gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 12 of 34 ' Power equipment operators: ' GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 22.45 13.77 • GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 22.10 13.77 , GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 21 .90 13.77 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 18.25 13.77 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1 : Asphalt finishing machine & trench widening spreader, asphalt plant console operator; autograder; ' automatic slipform paver; back hoe; blade operator - all types; boat operator tow; boiler two; central mix concrete plant operator; clam shell operator; concrete mixer paver; ' crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine ' rotary self-propelled; highloader; hoisting engine 2 active drums; launchhammer wheel; locomotive operator standrad guage; mechanics and welders; mucking machine; piledriver , operator; pitman crane operator; push cat operator; guad-trac; scoop operator; sideboom cats; skimmer scoop operator; trenching machine operator; truck crane, shovel operator. ' GROUP 2: A-Frame; asphalt hot-mix silo; asphalt roller operator asphalt plant fireman (drum or boiler) ; asphalt • ' plant man; asphalt plant mixer operator; backfiller operator; barber-greene loader; boat operator (bridge & dams); chip spreader; concrete mixer operator skip loader; ' concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork lift; grease fleet; hoisting engine one; locomotive operator narrow guage; multiple compactor; pavement breaker; powerbroom ' self-propelled; power shield; rooter; slip-form finishing machine; stumpcutter machine; side discharge concrete spreader; throttleman; tractor operator (over 50 hp) ; winch ' truck; asphalt roller operator; crusher operator. GROUP 3: Spreader box operator, self-propelled not asphalt; tractor operator (50 h.p. or less) ; boilers one; chip ' spreader (front man) ; churn drill operator; compressor over 105 CFM 2.3 pumps 4" & over; 2-3 light plant 7.5 KWA or any combination thereof; clef plane operator; compressor , maintenance operator 2 or 3; concrete saw operator (self-propelled) ; curb finishing mancine; distributor operator; finishing machine operator; flex plane operator; , float operator; form grader operator; pugmill operator; riller operator other than high type asphalt; screening & washing plant operator; siphons & jets; subgrading machine operator; tank car heater (combination boiler & booster) ; ' ulmac, ulric or similar spreader; vibrating machine operator; hydrobroom. • GROUP 4: Oiler; grout machine; oiler driver; compressor over ' 105 CFM one; conveyor operator one; maintenance operator; hnp://frwebgate.access.ppo.gov/cpi-bin/petdoc.cpi?dbname=Davis-Bacon&docid=... 5/4/2005 ' WAIS Document Retrieval Page 13 of 34 ' pump 4" & over one. • FOOTNOTE: HOURLY PREMIUMS ' Backhoe hydraulic, 2 cu. yds. or under Without oiler - $2.00 Certified Crane Operator - $1 .50; Certified Hazardous Material Operator $1 .50; ' Crane, climbing (such as Linden) . $0.50; Crane, pile driving and extracting - $0.50; . Crane, with boom (including jib) over 100' from pin to pin ' add $0.01 per foot to maximum of $4.00; Crane, using rock socket tool - $0.50; Derrick, diesel, gas or electric, hoisting materiel and erecting steel (150' or more above the ground) . $0.50; Dragline, 7 cu. yds, and over - $0.50; Hoist, three or more drums in use - $0.50; Scoop, Tandem - $0.50; Shovel, power - 7 cu. yds. or more - $0.50; Tractor, tandem crawler . $0.50; Tunnel, man assigned to work in tunnel or tunnel shaft - $0.50; ' Wrecking, when machine is working on second floor or higher - $0.50; ENGI0513-007 05/01 /2004 ST. LOUIS CITY AND COUNTY • Rates Fringes Power equipment operators: ' GROUP 1 . . .$ 26.02 13.77 GROUP2. . . . . . . . . . . . . . . . . . . . .$ 26.02 13.77 GROUP3. . . . . . . . . . . . . . . . . . . . .$ 24.12 13.77 ' GROUP 4. . .$ 21 .12 13.77 GROUP5. . . . . . . . . . . . . . . . . . . . .$ 20.66 13.77 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1 : Backhoe, cable or hydraulic; cableway; crane crawler or truck; crane, hydraulic-truck or cruiser mounted ' 16 tons & over; crane locomotive; derrick, steam; derrick car & derrick boat; dragline; dredge; gradall, crawler or tire mounted; locomotive, gas, steam & other powers; pile driver, land or floating; scoop, skimmer; shovel, power (steam, gas, electric or other powers) ; switch boat; whirley. ' GROUP 2: Air tugger w/air compressor; anchor-placing barge; asphalt spreader; athey force feeder loader (self- propelled); backfilling machine; backhoe-loader; boat ' operator-push boat or tow boat (job site) ; boiler, high pressure breaking in period; boom truck, placing or erecting; boring machine, footing foundation; bull- float; cherry picker; combination concrete hoist & mixer (such as ' mixer mobile) ; compressor (when operator runs throttle) ; concrete breaker (truck or tractor mounted) ; concrete pump, hftp://frwebgate.access.gpo.gov/cgi-bin/gotdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 14 of 34 ' such as pump-crate machine; concrete saw (self-propelled) , , concrete spreader; conveyor, large (not self-propelled) , hoisting or moving brick and concrete into, or into and on • floor level, one or both; crane, hydraulic-rough terrain, ' self-propelled; crane hydraulic-truck or cruiser mounted-under 16 tons; drilling machines, self-powered use for earth or rock drilling or boring (wagon drills nd any hand drills obtaining power from other sources including ' concrete breakers, jackhammers and barco equipment-no engineer required) ; elevating grader; engineman, dredge; excavator or powerbelt machine; finishing machine, ' self-propelled oscillating screed; forklift; grader, road with power blade; highlift. greaser; hoist, stack, hydro-hemmer; loading machine (such as barber-greene) ; mechanic, on job site; mixer, pipe wrapping machines; plant , asphalt; plant, concrete producing or ready-mix job site; plant heating-job site; plant mixing-job site; plant power, generating-job site; pumps, two through six self-powered ' over 2"; pumps, electric submersible, two through six, over 4" ; quad-track; roller, asphalt, top or sub-grade; scoop, tractor drawn; spreader box; sub-grader; tie tamper; ' tractor-crawler, or wheel type with or without power unit, power take-offs and attachments regardless of size; trenching machine; tunnel boring machine; vibrating machine automatic, automatic propelled; welding machines (gasoline ' or diesel) two through six; well drilling machine GROUP 3: Conveyor, large (not self-propelled) ; conveyor, • ' large (not self-propelled) moving brick and concrete distributing) on floor level; mixer two or more mixers of one bag capacity or less; air tugger w/plant air; boiler, ' for power or heating on construction projects; boiler, temporary; compressor (mounted on truck; curb finishing machine; ditch paving machine; elevator; endless chain hoist; form grader; hoist, one drum regardless of size; ' lad-a-vator; manlift; mixer, asphalt, over a cu. ft. capacity, without side loader, 2 bag capacity or more; mixer, with side loader, regardless of size; pug mill , operator; pump, sump-self-powered, automatic controlled over 2" during use in connection with construction work; sweeper, street; welding machine, one over 400 amp. ; winch operating from truck; scissor lift (used for hoisting) ; ' tractor, small wheel type 50 h.p. & under with grader blade & similar equipment GROUP 4: Boat operator-outboard motor (job site) ; conveyor ' (such as con-vay-it) regardless of how used; sweeper, floor GROUP 5: Oiler on dredge and on truck crane. ' HOURLY PREMIUMS: Backhoe, hydraulic ' 2 cu. yds. or under without oiler $2.00 Certified Crane Operator 1 .50 • Certified Hazardous Material Operator 1 .50 ' Crane, climbing (such as Linden) .50 Crane, pile driving and extracting .50 htip;//frwebgate.access.gpo.qov/cpl-bin/getdoc.cpl?dbname=Davis-Bacon&docid=... 5/4/2005 ' ' WAIS Document Retrieve( Page 15 of 34 Crane, with boom (including jib) over 100' (from pin to pin) add $.01 • per foot to maximum of 4.00 Crane, using rock socket tool .50 ' Derrick, diesel, gas or electric, hoisting material and erecting steel (150' or more above ground) .50 ' Dragline, 7 Cu. yds. and over .50 Hoist, three (3)• or more drums in use .50 Scoop, Tandem .50 Shovel, power - 7 cu. yds. or more .50 Tractor, tandem crawler .50 Tunnel, man assigned to work in tunnel or tunnel shaft .50 ' Wrecking, when machine is working on second floor or higher .50 ..........••••-••••-••-••••-•--••............................... ' IRONDO10-012 04/01/2003 Rates Fringes ' Ironworkers: ANDREW, ATCHISON, BARTON, BATES, BENTON, CALDWELL, ' CAMDEN, CARROLL, CEDER CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, ' • DALLAS, DAVIESS, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, HOWARD, LACLEDE, ' LINN, LIVINGSTON, MERCER, MONITEAU, MORGAN, NODAWAY, PETTIS, POLK, PUTNAM, ' RANDOLPH, ST. CLAIR, SALINE, SULLIVAN, TANEY, VERNON, WEBSTER, WRIGHT and WORTH Counties; and ' portions of ADAIR, BOONE, MACON, MILLER, and RANDOLPH Counties. . . . . . . . . . .$ 21 .10 13.73 ' BUCHANAN, CASS, CLAY, JACKSON, JOHNSON, LAFAYETTE$ PLATTE AND RAY ' Counties. . . . . . . . . . . . . . . . . . . .$ 24.10 13.73 ............•.....-••••••••••.•-•-•-••••••-•--••-••••--......... IRON0321 -002 12/31/2004 ' DOUGLAS, HOWELL and OZARK COUNTIES Rates Fringes ' Ironworker. . . . . . . . . . . . . . . . . . . .$ 17.15 10.06 • ............ ....... IRON0396-004.08/04/2004 . ST. LOUIS (City and County) , ST. CHARLES, JEFFERSON, IRON, 1 hfip://frwebgate.access,gpo.gov/cgi-bin/getdoc.cgi7dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 16 of 34 ' FRANKLIN, LINCOLN, WARREN, WASHINGTON, ST. FRANCOIS, STE. ' GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, PERRY, BOLLINGER, WAYNE, and CARTER Counties • Rates Fringes ' Ironworker. . . . . . . . . . . . . . . . . . . . .$ 27.09 13.31 ............ ......... IRON0396-009 08/04/2004 AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE, MARIES, ' MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKI, TEXAS, and WRIGHT Counties; and portions of CAMDEN, DOUGLAS, HOWELL, MILLER, OREGON, BOONE, SHANNON, LACLEDE, MONROE, and RALLS Counties , Rates Fringes Ironworker.........................................22 _--._..... ' IRDNDS77.005 06/01/2002 ADAIR, CLARK, KNOX, LEWIS, MACON, MARION, MONROE, RALLS, ' SCHUYLER, SCOTLAND, AND SHELBY COUNTIES Rates Fringes ' Ironworker. . . . . . . . . . . . . . . . . . . . .$ 20.85 9. 16 IRON0584.004 06/01/2004 BARRY, JASPER, LAWRENCE, MCDONALD, NEWTON AND STONE Counties , Rates Fringes Ironworkers: . . . . . . . . . . . . . . . . . . .$ 19.50 8.47 ' ........................................................ ..... IRON0782-003 09/01/2003 CAPE GIRARDEAU, MISSISSIPPI, NEW MADRID, SCOTT, & STODDARD , Counties; and portions of BOLLINGER, BUTLER, CARTER, DUNKLIN, MADISON, PEMISCOT, PERRY, RIPLEY, and WAYNE Counties Rates Fringes ' Ironworkers: ' All Other Work. . . . . . . . . . . . . .$ 21 .95 9.73 .-•......................... ........... ..... ... ...•-••--••-•-- LAB00042-003 03/0112004 ST. LOUIS (City and County) Rates Fringes ' Laborers: • Plumber Laborers. . . . . . . . . . . .$ 24.62 7.83 , LAB00042-005 03/07/2005 http://frwebgate.access.gpo.gov/cpi-bin/petdoc,cgl?dbname=Davis-Bacon&docid=... 5/4/2005 ' ' WAIS Document Retrieval Page 17 of 34 ' ST. LOUIS (City and County) • Rates Fringes ' Laborers: Dynamiter, Powderman. . . . . . . .$ 25.58 8.33 ' Laborers, Flagperson. . . . . . . .$ 25.08 8.33 Wrecking. . . . . . . . . . . . . . .::.__$ 24.96 8.33 -------------- ..--------- ........ LAB0O424-002 05/01/2004 Rates Fringes ' Laborers: ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CHARITON$ CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, GASCONADE, ' HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, NEW MADRID, OREGON, OSAGE, • PEMISCOT, PERRY, PHELPS, ' PIKE, PULASKI, PUTNAM, BALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. ' GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, ' SULLIVAN, TEXAS, WASHINGTON, AND WAYNE COUNTIES GROUP1 . . . . . . . . . . . . . . . . . . . .$ 21 .17 7.28 ' GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21 .77 7.28 FRANKLIN COUNTY GROUP1 . . . . . . . . . . . . . . . . . . . .$ 22,62 7.28 ' GROUP 2. . . . . . . . . . . . . . . . . . . .$ 23,22 7.28 JEFFERSON COUNTY GROUP1 . . . . . . . . . . . . . . . . . . . .$ 22.67 7.28 ' GROUP 2. . . . . . . . . . . . . . . . . . .$ 23.27 7.28 LINCOLN, MONTGOMERY AND WARREN COUNTIES GROUP 1 . . . . . . . . . . . . . . . . . . . .$ 21 .42 7.28 ' GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.02 7.28 LABORERS CLASSIFICATIONS ' GROUP 1 - General laborer-flagman, carpenter tenders; • salamander Tenders; Dump Man; Ticket Takers; loading trucks under bins, hoppers, and conveyors; track man; cement t handler; dump man on earth fill; georgie buggie man; material batch hopper man; spreader on asphalt machine; 1 http://frwebgate.access.gpo.gov/cgi-bin/getdoo.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 18 of 34 ' material mixer man (except on manholes) ; coffer dams; ' riprap pavers rock, block or brick; scaffolds over ten feet not self-supported from ground up; skip man on concrete • paving; wire mesh setters on concrete paving; all work in ' connection with sewer, water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; form setters, ' puddlers (paving only); straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material; topper of standing trees; feeder man on wood pulverizers, board and willow mat weavers and cabelee tiers on river work; deck hands; pile dike and revetment work; all laborers working on , underground tunnels less than 25 ft. where compressed air is not used; abutement and pier hole men working six (6) ft. or more below ground; men working in coffer dams for , bridge piers and footing in the river; barco tamper; Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditch lines; hot mastic kettlemen; , hot tar applicator; hand blade operator; mortar men or brick or block manholes; rubbing concrete, air tool operator under 65 lbs. ; caulker and lead man; chain or concrete saw under 15 h.p. ; signal Gan; Guard rail and sign ' erectors. GROUP 2 - Skilled laborers - Vibrator man; asphalt raker; • ' head pipe layer on sewer work; batterboard man on pipe and ditch work; cliff scalers working from bosun' s chairs; scaffolds or platforms on dams or power plants over 10 ft. ' high; air tool operator over 65 lbs. ; stringline man on concrete paving; sandblast man; laser beam man; wagon drill; churn drill; air track drill and all other similar type drills, gunite nozzle man; pressure grout man; screed ' man on asphalt; concrete saw 15 h.p. and over; grade checker; strigline man on electronic grade control; manhole builder; dynamite man; powder man; welder; tunnel man; , waterblaster - 1000 psi or over; asbestos and/or hazardous waste removal and/or disposal LABOO579-005 05/01/2004 , Rates Fringes Laborers: (ANDREW, ATCHISON, ' BARRY, SARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHRISTIAN, CLINTON, ' DADE, DALLAS, DAVIESS, DEKALB, DOUGLAS, GREENE, GENTRY, GRUNDY, HARRISON, ' HENRY, HICKORY, HOLT, JASPER, JOHNSON, LACLEDE, LAWRENCE, • LIVINGSTON, MCDONALD, MERCER, MORGAN, NEWTON, NODAWAY, ' OZARK, PETTIS, POLK, ST. http://f rwebgate.access.gpo.gov/cqi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 , ' WAIS Document Retrieval Page 19 of 34 CLAIR, SALINE, STONE, TANEY, VERNON, WEBSTER, WORTH AND • WRIGHT COUNTIES. ) GROUP1 . . . . . . . . . . . . . . . . . . . .$ 17.69 7.74 GROUP2. . . . . . . .. . . . . . . . . . . . . .$ 18.24 7.74 Laborers: (BUCHANAN AND LAFAYETTE COUNTIES) GROUP 1 . . .$ 19.19 7.99 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 19.54 7.99 LABORERS CLASSIFICATIONS GROUP 1 : General Laborers - Carpenter tenders; salamander tenders; loading trucks under bins; hoppers & conveyors; ' track men & all other general laborers; air tool operator; cement handler-bulk or sack; dump man on earth fill; georgie buggie man; material batch hopper man; material ' mixer man (except on manholes) ; coffer dams; riprap pavers rock, block or brick; signal man; scaffolds over ten feet not self-supported from ground up; skipman on concrete paving; wire mesh setters on concrete paving; all work in ' connection with sewer, water, gas, gasoline, oil drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator, all work in connection with ' hydraulic or general dredging operations; puddlers (paving only) ; straw blower nozzlemen; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or ' creosote materials; men working with and handling epoxy material or materials (where special protection is required) ; rubbing concrete; topper of standing trees; batter board man on pipe and ditch work; feeder man on wood pulverizers; board and willow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ' feet where compressed air is not used; abutment and pier hole men working six (6) feet or more below ground; men working in coffer dams for bridge piers and footings in the river; ditchliners; pressure groutmen; caulker; chain or ' concrete saw; cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or power plants over (10) feet above ground; mortarmen on brick or block manholes; toxic ' and hazardous waste work. GROUP 2: Skilled Laborers - Head pipe layer on sewer work; ' laser beam man; Jackson or any other similar tamp; cutting torch man; form setters; liners and stringline men on concrete paving, curb, gutters; hot mastic kettleman; hot tar applicator; sandblasting and gunite nozzlemen; air tool operator in tunnels; screed man on asphalt machine; asphalt raker; barco tamper; churn drills; air track drills and all similar drills; vibrator man; stringline man for electronic ' grade control; manhole builders-brick or block; dynamite and powder men; grade checker. • . ..... ..... ... LAB00660.006 03/01 /2004.............. ST. CHARLES COUNTY http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docld=... 5/4/2005 WAIS Document Retrieval Page 20 of 34 ' Laborers: Rates Fringes ' • , GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 23.59 7.37 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.59 7.37 LABORERS CLASSIFICATIONS ' GROUP 1 : General laborer; carpenter tender; salamander tender; dump man; ticket takers; flagman; loading trucks ' under bins, hoppers, and conveyors; track men; cement handler; dump man on earth fill; Georgia buggie man; material batch hopper man; spreader on asphalt machine; material mixer man (except on manholes) ; coffer dams; ' riprap paver - rock, block, or brick; signal man; scaffolds over 10 ft not self-supported from ground up; skipman on concrete paving; wire mech setters on concrete paving; all , work in connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in , connection with hydraulic or general dredging operations; form setters; puddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote ' materials; men working with and handling epoxy material; topper of standing trees; feeder men on wood pulverizer; board and willow mat weavers and cable tiers on river work; ' deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft where compressed air is not used; abutment and pier hole men ' working 6 ft or more below ground; men working in coffer dams for bridge piers and footings in the river; Barco tamper, Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditchliners; hot mastic , kettleman; hot tar applicator; hand blade operators; mortar men on brick or block manholes; rubbing concrete; air tool operator under 65 pounds; caulker and lead man; chain saw ' under 15 hp; guard rail and sign erectors GROUP 2: Vibrator man; asphalt raker; hand pipe layer on sewer work; batterboard man on pipe and ditch work; cliff , scalers working from Bosun's chairs, scaffolds or platforms on dams or power plants over 10 ft high; air tool operator over 65 pounds;stringline man on concrete paving etc. ; sand , blast man; laser beam men; wagon drill; churn drill; air track drill and all other similar type drills; gunnite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 hp and over; grade checker; stringline man , on electronic grade control; manhole builder; dynamite men; powder man; welder; tunnel man; waterblaster - 1000 psi and over; asbestos and/or hazardous waste removal and or ' disposal; .................. ....... ........... ......... • LABOO663-002 04/01/2005 ' CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES http://frwebgate.access.gpo.gov/cqi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 ' WAIS Document Retrieval Page 21 of 34 ' Rates Fringes Laborers: • ' GROUP 1 . . .$ 22.38 8.79 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.59 8.79 ' LABORERS CLASSIFICATIONS GROUP 1 : General laborers, Carpenter tenders, salamander ' tenders, loading trucks under bins, hoppers and conveyors, track men and all other general laborers, air tool operator, cement handler (bulk or sack) , chain or concrete saw, deck hands, dump man on earth fill, Georgia Buggies ' man, material batch hopper man, scale man, material mixer man (except on manholes) , coffer dams, abutments and pier hole men working below ground, riprap pavers rock, black or ' brick, signal man, scaffolds over ten feet not self-supported from ground up, skipman on concrete paving, wire mesh setters on concrete paving, all work in connection with sewer,water, gas, gasoling, oil, drainage ' pipe, conduit pipe, tile and duct lines and all other pipelines, power tool operator, all work in connection with hydraulic or general dredging operations, straw blower ' nozzleman,asphalt plant platform man, chuck tender, crusher feeder, men handling creosote ties on creosote materials, men working with and handling epoxy material or materials ' (where special protection is required) , topper of standing trees, batter board man on pipe and ditch work, feeder man on wood pulverizers, board and willow mat weavers and cable tiers on river work, deck hands, pile dike and revetment ' work, all laborers working on underground tunnels less than 25 feet where compressed air is not used, abutment and pier hole men working six (8) feet or more below ground, men working in coffer dams for bridge piers and footings in the river, ditchliners, pressure groutmen, caulker and chain or concrete saw, cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or power plants over (10) feet ' above ground, mortarmen on brick or block manholes, signal man. ' GROUP 2: Skilled Laborer - spreader or screed man on asphalt machine, asphalt raker, grade checker, vibrator man, concrete saw over 5 hp. , laser beam man, barco tamper, ' Jackson or any other similar tamp, wagon driller, churn drills, air track drills and other similar drills, cutting torch man, form setters, liners and stringline men on concrete paving, curb, gutters and etc. , hot mastic ' kettleman, hot tar applicator, hand blade operators, mortar men on brick or block manholes, sand blasting and gunnite nozzle men, rubbing concrete, air tool operator in tunnels, ' head pipe layer on sewer work, manhole builder (brick or block), dynamite and powder men. • ...... ........... ... PAIN0002-002 09/01/2004 CLARK, FRANKLIN, JEFFERSON, LEWIS$ LINCOLN, MARION, PIKE, hftp://f rwebgate.access.gpo.gov/cg i-bin/getdoc.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 WAS Document Retrieval Page 22 of 34 , RALLS, ST. CHARLES, ST. LOUIS (CITY & COUNTY) , AND WARREN ' COUNTIES Rates Fringes • ' Painters: Brush. . . . . . . . . . . . . . . . . . . . . . .$ 25.94 8.79 •.....prey. . . . . . . ................. 27.94 ...........8.79- . ........- ------ -..... PAIN0002-006 02/01/2003 ADAIR, AUDRAIN, BOONE, CALLAWAY, CHARITON, COLE, GASCONADE, ' HOWARD, KNOX, LINN, MACON, MONROE, MONTGOMERY, OSAGE, PUTNAM, RANDOLPH, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES and , the City of Booneville. Rates Fringes Painters: ' Bridges, Dams, Locks or Powerhouses. . . . . . . . . . . . . . . . .$ 20.44 5.33 Brush, Roller, , Paperhanger, Tapers. . . . . . . . .$ 18.44 5.33 Sandblasting; Epoxy or Any Two Part Coating; Stage or ' Other Aerial Work Platforms Over 50 ft. high; Lead Abatement. . . . . . . . . . . . . .$ 19.44 5.33 • ' Spray; Water Base Epoxy; Stage Under 50 ft. ; Structural Steel (except for stairs and railings) . . . .$ 18.94 5.33 , Tapers using Ames or comparable tools (bazooks, .....etc $ 18.69 533 ........................... ..................... . ' PAIN0003.004 04/01/2000 BATES, BENTON, CALDWELL, CARROLL, CASS, CLAY, CLINTON, COOPER, , DAVIESS, GRUNDY, HARRISON, HENRY, JACKSON, JOHNSON, LAFAYETTE, LIVINGSTON, MERCER, MONITEAU, MORGAN, PETTIS, PLATTE, RAY AND SALINE COUNTIES , Rates Fringes Painters: ' Bazooka; Paperhanger. ... . . . . .$ 22.60 6.01 Brush & Roller; Toper. . . . . . .$ 22.10 6.01 ' Lead Abatement; Sprayman. . . .$ 23.10 6.01 Sandblast (Bridge, Stage, Erected Steel and Storage Bin and Tanks) . . . . . . . . . . . . . .$ 23.60 6.01 ' Sprayman (Storage Bin & Tanks, Elevated Tanks) ; • Stageman (Spray) ; ' Bridgeman (Spray) ; Steelman (Spray) . . . . . . . . . . . . . . . . . . . . .$ 23.85 6.01 http://frwebgate.access.gpo.qov/cqi-bin/getdoc.cgl?dbname=Davis-Bacon&docld=... 5/4/2005 ' ' WAIS Document Retrieval Page 23 of 34 Steeplejack - Spray or Sandblast (other than Elevated Tanks) . . . . . . . . . . . . .$ 27.79 6.01 Steeplejack (other than ' Elevated Tanks) . . . . . . . . . . . . .$ 26.79 6.01 Storage Bin & Tanks (Roller or Brush) ; Elevated Tanks (Roller or Brush) ; Stageman; Beltman; Bridgeman; Steelman; Sand Blast (Base); Elevator Shaft$ 22.85 6.01 ........................................................... PAIN0098-002 05/01/2000 ' ANDREW, ATCHISON, BUCHANAN, DE KALB, GENTRY, HOLT, NODAWAY & WORTH COUNTIES Rates Fringes Painters: Brush & Roller. . . . . . . . . . . . . .$ 20.50 4.40 ' Sandblasters. . . . . . . . . . . . . . . .$ 21 .50 4.40 Steeple Jack. . .$ 23.50 4.40 .....................•-••----••--•••••••-••••................... ' PAIN0203-001 04/01/2004 BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, • HICKORY, HOWELL, JASPER, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, ST. CLAIR$ STONE, TANEY, VERNON, WEBSTER and WRIGHT COUNTIES ' Rates Fringes Painters: ' Painters. . . . . . . . . . . . . . . . . . . .$ 16.88 7. 14 Sandblasters and Highman (over 40' ) . . . . . . . . . . . . . . . . . .$ 18.63 7.14 Tapers. . . . . . . . . . . . . . . . . . . . . .$ 17.65 6.35 '•-•..................................... ....................... PAIN1265-003 07/01/2004 ' CAMDEN, CRAWFORD, DENT, LACLEDE, MARIES, MILLER, PHELPS, PULASKI AND TEXAS COUNTIES ' Rates Fringes Painters: Brush and Roller. . . . . . . . . . . .$ 19.54 8.37 ' Lead Abatement. . . . . . . . . . . . . .$ 21 .79 8.37 Spray. . .$ 21 .04 8.37 Structural Steel, ' Sandblasting and All Tank Work. . . . . . . . . . . . . . . . . . . . . . . .$ 20.79 8.37 • ..PAIN1292.002.............09/01/2004... ............................ ....... ........... • ' BOLLINGER, BUTLER, CAPE GIRARDEAU$ CARTER, DUNKLIN, 1 http://frwebgate.access.gpo.gov/cgi•bin/getdoc.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 24 of 34 ' MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, REYNOLDS, ' RIPLEY, SCOTT, SHANNON, STODDARD and WAYNE COUNTIES Rates Fringes • , Painters: Bridges, Stacks & Tanks. . . . .$ 24.51 8.12 Commercial. . . . . . . . . . . . . . . . . .$ 17.06 8.12 ' Industrial. . . . . .$ 19.56 8.12 Spray & Abrasive Blasting. . .S 19'.06 8.12 Taper (Tools) . . . . . . . . . . . . . . .$ 17.31 8.12 ' Waterblasting. . . . . . . . . . . . . . .$ 19.06 8.12 Height Rates (All Areas) : Over 60 ft. $0.50 per hour. ' Under 60 ft. $0.25 per hour. •........................... * PAIN1292.003 09/01/2004 IRON, MADISON, ST. FRANCOIS, STE. GENEVIEVE and WASHINGTON ' COUNTIES Rates Fringes Painters; , Bridges, Stacks & Tanks. . . . .$ 24.51 8.12 Commercial. . . . . . . . . . . . . . . . . .$ 19. 16 8.12 • ' Industrial. . . . . . . . . . . . . . . . . .$ 20.16 8.12 Lead Abatement. . . . . .$ 19.91 8.12 Spray & Abrasive Blasting. . .$ 21 . 16 8.12 ' Tapers (Tools) . . . . . . . . . . . . . .$ 19.41 8.12 Waterblasting. . . . . . . . . . . . . . .$ 21 .16 8.12 Height Rates (All Areas) : ' Over 60 ft. $0.50 per hour Under 60 ft. $0.25 per hour. ...................... 1 PLAS0518-006 04/01/2002 BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, , HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK$ POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES Rates Fringes , Cement Masons: . . . . . . . . . . . . . . . . .$ 17.31 3.84 ' ............ •••....... PLAS0518-007 04/01/2005 CASS (Richards•Gebaur AFB only), CLAY, JACKSON, PLATTE AND RAY ' COUNTIES Rates Fringes • ' Cement Masons; . . . . . . . . . . . . . . . . .$ 22.10 12.10 hftp://frwebpate.access.ppo.gov/cpi-bin/petdoc.cpi?dbname=Davis-Bacon&docid=... 5/4/2005 i ' WAIS Document Retrieval Page 25 of 34 -••••.....•-•••-•-••••••••••...••............................... ' PLASOSIS-011 05/01/2001 (i ANDREW, ATCHISON, BUCHANAN, BATES, CALDWELL, CARROLL, CASS ' (Except Richards-Gebaur AFB) CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, JACKSON, LAFAYETTE, LIVINGSTON, MACON, MERCER, NODAWAY AND WORTH COUNTIES ' Rates Fringes Cement Masons: . . . . . . . . . . . . . . . . .$ 23.13 7.15 1 .••••........................................................... PLAS0527-001 05105/2004 ' Rates Fringes Cement Masons: FRANKLIN, LINCOLN, AND WARREN COUNTIES. . . . . . . . . . . . .$ 25.71 9.52 JEFFERSON, ST. CHARLES COUNTIES AND ST. LOUIS ' (City and County) _. . . . . . . . . .$ 26.88 9.52 ... ..... PLAS0527-004 05/01/2004 ' CRAWFORD, DENT, IRON, MADISON, MARION, PHELPS, PIKE, PULASKI, BALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SHANNON, TEXAS, ' • WASHINGTON COUNTIES Rates Fringes ' Cement Mason. . . . . . . . . . . . . . . . . . .$ 24.45 9.52 ••... ....... PLAS0908.001 05/01/2004 ' BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, RIPLEY, SCOTT, STODDARD, AND WAYNE COUNTIES Rates Fringes ' _Cement Mason...................$ 17.40-. ----•-----11.. . PLAS0908.005 03/01/2005 ' BENTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKORY, JOHNSON, MARIES, MILLER, MONTGOMERY, MORGAN, OSAGE, PETTIS, SALINE & ST. CLAIR COUNTIES ' Rates Fringes ' Cement Mason. . . . . . . . . . . . . . . . . . .$ 18.91 10.10 •••.............................••--•••• • PLUMOOOB-003 06/01/2003 ' Rates Fringes http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgl?d bname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 26 of 34 ' Plumber , BATES, BENTON, CARROLL, HENRY, LAFAYETTE, MORGAN, PETTIS, RAY, ST.CLAIR, ' SALINE and VERNON COUNTIES. .$ 26.00 11 .61 CASS, CLAY, JACKSON, JOHNSON and PLATTE COUNTIES.$ 28.83 13.22 ............ ......••• 1 PLUM0036-002 01/01/2000 CAMDEN, COLE, CRAWFORD, FRANKLIN, JEFFERSON, MARIES, MILLER, ' MONITEAU, OSAGE, PHELPS, PULASKI, ST. CHARLES, ST. LOUIS (City and County) , WARREN and WASHINGTON COUNTIES Rates Fringes ' Plumber. . . . . . . . . . . . . . . . . . . . . . . .$ 26.105 9.74 ............ ............. PLUM0045-003 09/01/2003 ANDREW, ATCHISON, BUCHANAN, CALDWELL, CLINTON, DAVIESS, DEKALB, , GENTRY, HARRISON, HOLT, NODAWAY AND WORTH COUNTIES Rates Fringes Plumbers and Pipefitters. . . . . . .$ 28.20 11 .70 ' ................. .. - ---...........-•---------•.... PLUM0178-003 11 /01/2001 BARRY, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, LACLEDE, LAWRENCE, POLK, STONE, TANEY, WEBSTER, AND ' WRIGHT COUNTIES Rates Fringes Plumbers and Pipefitters. . . . . . .$ 22.10 7.37 ' ................................................•----... ..... ... PLUM0317-002 07/01/1995 ' BOONE, CALLAWAY, COOPER, HOWARD, AND RANDOLPH COUNTY (Southern half) Rates Fringes , Plumbers and Pipefitters. . . . . . .$ 19.18 3.17 ' ....-------•----------. -- --- PLUM0533.004 06/01/2004 BATES, BENTON, CARROLL, CASS, CLAY, HENRY, HICKORY, JACKSON, , JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY, SALINE, ST. CLAIR AND VERNON COUNTIES Rates Fringes , Pipefitter. . . . . . . . . . . . . . . . . . . . .$ 31 .73 13.73 • ...... ..... .................... . .... ..................... PLUM0662-004 01 /01/2005 http://frwebpate.access.gpo.gov/cpi-bin/getdoc.cpl?dbname=Davis-Bacon&docid=... 5/4/2005 , WAIS Document Retrieval Page 27 of 34 ' ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY,CAMDEN, CAPE GIRARDEAU,CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, FRANKLIN, GASCONADE, GRUNDY, HOWARD, HOWELL, ' IRON, JEFFERSON, KNOX, LEWIS, LINCOLN, LINN, LIVINGSTON, MACON, MADISON, MARIES, MARION, MERCER, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, NEW MADRID, OREGON, OSAGE, PEMISCOTT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, BALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST.FRANCOIS, STE. GENEVIEVE, ST. LOUIS, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, ' SULLIVAN, TEXAS, WARREN, WASHINGTON,AND WAYNE COUNTIES. Rates Fringes ' Plumber/Pipefitter Projects $3.5 million and over. . . . . . . . .$ 30.25 15.83 . . . . . . . . . . . . . . . ' Projects under $3.5 million.$ 28.91 121:33 PLUM0658-002 07/01/199B ' BARTON, JASPER, MCDONALD, AND NEWTON COUNTIES Rates Fringes ' Plumbers and Pipefitters. . . . . . .$ 16.73 5.33 ' • TEAM0013-001 05/01/2002 Rates Fringes ' Truck drivers: ADAIR, BUTLER, CLARK, DUNKIN, HOWELL, KNOX, ' LEWIS, OREGON, PUTNAM, RIPLEY, SCHUYLER, AND SCOTLAND COUNTIES GROUP1. . . . . . . . . . . . . . . . . . . .$ 21 .79 5.50 ' GROUP 2. . .$ 21 .95 5.50 GROUP3. . . . . . . . . . . . . . . . . . . .$ 21 .94 5.50 GROUP 4. . . .$ 22.06 5.50 . . . . . . . . . . . . . . . . AUDRAIN, BOLLINGER, BOONE, CALLAWAY, CAPE GIRARDEAU$ CARTER, COLE, CRAWFORD, ' DENT, GASCONADE, IRON, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONROE, ' MONTGOMERY, NEW MADRID, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, ' RALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, • SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, ' WASHINGTON, AND WAYNE COUNTIES http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&doold=... 5/4/2005 WAIS Document Retrieval Page 28 of 34 ' GROUP1 . . . . . . . . . . . . . . . . . . . .$ 22.52 5.50 , GROUP2. . . . . . . . . . . . . . . . . . . .$ 22.68 5150 GROUP3. . . . . . . . . . . . . . . . . . . .$ 22.67 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 22.79 5.50 ' TRUCK DRIVERS CLASSIFICATIONS: GROUP 1 : Flat Bed Trucks, Single Axle; Station Wagons; ' Pickup Trucks; Material Trucks, Single Axle; Tank Wagon, Single Axle GROUP 2: Agitator and Transit Mix Trucks ' GROUP 3: Flat Bed Trucks, Tandem Axle; Articulated Dump Trucks; Material Trucks, Tandem Axle; Tank Wagon, Tandem ' Axle GROUP 4: Semi and/or Pole Trailers; Winch, Fork & Steel ' Trucks; Distributor Drivers and Operators; Tank Wagon, Semi-Trailer; Insley Wagons, Dumpsters, Half-Tracks, Speedace, Euclids and other similar equipment; A-Frame and , Derrick Trucks; Float or Low Boy ................. .......................................... ..... TEAM0056-001 05/01/2002 Rates Fringes , Truck drivers: • , ANDREW, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHARITON, CHRISTIAN, CLINTON, ' COOPER, DADE, DALLAS, DAVIESS, DEKALB, DOUGLAS, GREENE, HENRY, HICKORY, ' HOWARD, JASPER, LACLEDE, LAWRENCE, LINN, LIVINGSTON$ MONITEAU, ' MORGAN, NEWTON, PETTIS, POLK, RANDOLPH, ST CLAIR$ SALINE, VERNON, WEBSTER, AND WRIGHT COUNTIES ' GROUP1 . . . . . . . . . . . . . . . . . . . .$ 22.22 5.50 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.38 5.50 GROUP3. . . . . . . . . . . . . . . . . . . .$ 22.37 5.50 ' GROUP 4. . . . . . . . . . . . . . . . . . . .$ 22.49 5.50 GROUP 5.. . . . . .$ 22.12 5.50 ATCHISON, BARRY, GENTRY, GRUNDY$ HARRISON, HOLT, ' MCDONALD, MERCER, NODADWAY, OZARK, STONE, SULLIVAN, TANEY AND WORTH ' COUNTIES GROUP1 . . . . . . . . . . . . . . . . . . . .$ 21 .49 5.50 • GROUP2. . . . . . . . . . . . . . . . . . . .$ 21 .65 5.50 ' GROUP3. . . . . . . . . . . . . . . . . . . .$ 21 .64 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 21 .76 5.50 http://frwebpate.access.gpo.pov/cpi-bin/petdoc.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 ' WAIS Document Retrieval Page 29 of 34 GROUP5. . . . . . . . . . . . . . . . . . . .$ 21 .39 5.50 BUCHANAN, JOHNSON AND • LAFAYETTE COUNTIES GROUP 1 . . . . . . . . . . . . . . . . . . . .$ 23.43 5.50 GROUP2. . . . . . . . . . . . . . . . . . . .$ 23.54 5.50 GROUP 3. . .$ 23.58 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 23.65 5.50 ' GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.33 5.50 TRUCK DRIVER CLASSIFICATIONS ' GROUP 1 : Flat bed trucks single axle; station wagons; pickup trucks; material trucks single axle; tank wagons single axle. ' GROUP 2: Agitator and transit mix-trucks. GROUP 3: Flat bed trucks tandem axle; articulated dump trucks; material trucks tandem axle; tank wagons tandem axle. GROUP 4: Semi and/or pole trailers; winch, fork & steel trucks; distributor drivers & operators; tank wagons semi- trailer; insley wagons, dumpsters, half-tracks, speedace, euclids & other similar equipment; A-frames and derrick ' trucks; float or low boy. GROUP 5: Warehousemen. TEAM0245-001 03/25/1998 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DALLAS, DENT, DOUGLAS, ' GREENE, HICKORY, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, MILLER, NEWTON, OZARK, PHELPS, POLK, PULASKI, SHANNON, STONE, TANEY, TEXAS, VERNON, WEBSTER AND WRIGHT COUNTIES Rates Fringes Truck drivers: ' Traffic Control Service Driver. . .S 12.90 3.56+a ' PAID HOLIDAYS: New Year's Day, Decoration Day, July 4th, Labor Day, Thanksgiving Day, Christmas Day, employee's birthday and 2 personal days. .................. ...... .....•••-••• •.... ......... ......... ..... TEAM0641-001 04/01/2005 CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES ' Rates Fringes ' Truck drivers: GROUP1 . . . . . . . . . . . . . . . . . . . . .$ 24.66 8.75 • GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 24. 11 8.75 GROUP3. . . . . . . . . . . . . . . . . . . . .$ 23.59 8.75 TRUCK DRIVERS CLASSIFICATIONS http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis•Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 30 of 34 ' GROUP 1 : Mechanics and Welders, Field; A-Frame Low Boy-Boom ' ruck Driver. • GROUP 2: Articulated Dump Truck; Insley Wagons: Dump Trucks, ' Excavating, 5 cu yds and over; Dumpsters; Half-Tracks: Speedace: Euclids & similar excavating equipment Material trucks, Tandem Two teams; Semi-Trailers; Winch trucks-Fork ' trucks; .Distributor Drivers and Operators; Agitator and Transit Mix; Tank Wagon Drivers, Tandem or Semi; One Team; Station Wagons; Pickup Trucks; Material Trucks, Single , Axle; Tank Wagon Drivers, Single Axle GROUP 3: Oilers and Greasers - Field •......•.... ..... ..... TEAM0541 -002 03/25/2000 BATES, CASS, CLAY, HENRY, JACKSON, JOHNSON, LAFAYETTE, PLATTE, ' AND RAY COUNTIES Rates Fringes ' Truck drivers: Traffic Control Service Driver. . . . . . . . . . . . . . . . . . . . . .$ 14. 15 2.44+a ' a. PAID HOLIDAYS: New Year's Day, Decoration Day, July 4th,Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and 2 personal days. .......................... .. ... ..... ............ ..... TEAM0682-002 05/01/2003 ST LOUIS CITY AND COUNTY ' Rates Fringes ' Truck drivers: GROUP1 . . . . . . . . . . . . . . . . . . . . .$ 22.635 3.91+a+b ' GROUP2. . . . . . . . . . . . . . . . . . . . .$ 22.835 3.91+a+b GROUP3. . . . . . . . . . . . . . . . . . . . .$ 22.935 3.91+a+b GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 22.125 3.91+a+b a. PENSION: $25.60 per day, $128.00 maximum per week. ' b. HAZMAT PREMIUM: If Hazmat certification on a job site is , required by a state or federal agency or requested by project owner or by the employer, employees on that job site shell receive $1 .50 premium pay. TRUCK DRIVERS CLASSIFICATIONS , GROUP 1 - Pick-up trucks; forklift, single axle; flatbed ' trucks; job site ambulance, and trucks or trailers of a water level capacity of 11 .99 cu. yds. or less • GROUP 2 - Trucks or trailers of a water level capacity of ' 12.0 cu yds, up to 22.0 cu yds. including euclids, speedace http://frwebgate.access.ppo.gov/cpi-bin/petdoc.cgf?dbname=Davls-Bacon&docid=... 5/4/2005 ' ' WAIS Document Retrieval Page 31 of 34 ' and similar equipment of same capacity and compressors • GROUP 3 - Trucks or trailers of a water level capacity of 22.0 cu. yds & over including euclids, speedace & all ' floats, flatbed trailers, boom trucks, winch trucks, including small trailers, form wagons tilt-top trailers, field offices, tool trailers, concrete pumps, concrete ' conveyors & gasoline tank trailers and truck mounted mobile concrete mixers ' GROUP 4 - Warehousemen. FOOTNOTE FOR TRUCK DRIVERS: a. PAID HOLIDAYS: Christmas Day, Independence Day, Labor Day, Memorial Day, Veterans Day, New Years Day, Thanksgiving Day ' PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 hours of service in any one contract year; 5 days paid ' vacation for 1 ,000 hours of service in any one contract year. When such an employee has completed 3 years of continuous employment with the same employer and then works ' the above required number of hours, he shall receive double the number of days of vacation specified above. When such an employee has completed 10 years of continuous employment ' • with the same employer and then works the above required number of hours, he shall receive triple the number of days of vacation specified above. When such an employee has completed 15 years of continuous employment with the same ' employer and then works the above required number of hours, he shall receive 4 times the number of days of vacation specified above. --•......... ............. .... ... ...... TEAM0682-003 05/01/2002 ST.CHARLES, FRANKLIN, JEFFERSON, LINCOLN AND WARREN COUNTIES Rates Fringes ' Truck drivers: GROUP1 . . . . . . . . . . . . . . . . . . . . .$ 22.435 3.46+a+b+c GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 22.635 3.46+a+b+c ' GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 22.735 3.46+8+b+c GROUP 4. . .$ 21 .925 3.46+a+b+c a.PAID HOLIDAYS: Christmas, Fourth of July, Labor Day, ' Memorial Day, Veterans Day, to be celebrated on either its National Holiday or on the day after Thanksgiving, whichever is agreed upon by the Association and the Union, ' New Year's Day and Thanksgiving Day. • PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 ' hours of service in any one contract year; 5 days paid vacation for 1 ,000 hours of service in any one contract http;//frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 32 of 34 , year. When such an employee has completed 3 years of ' continuous employment with the same employer and then works the above required number of hours, he shall receive double . the number of days of vacation specified above. When such ' an employee has completed 10 years of continuous employment with the same employer and then works the above required number of hours, he shall receive triple the number of days of vacation specified above. ' When such an employee has completed 15 years of continuous employmen with the same employer and then works the above required number of hours, he shall receive 4 times the ' number of days of vacation specified above. b.Pension: $22.80 per day either worked or compensated to a maximum of $114.00 per week. c.Hazmat Pay: If Hazmat Certification on a job site is required by a state or federal agency or requested by project owner or by the employer, employees on that job ' site shall receive $1 .50 per hour premium pay. TRUCK DRIVER CLASSIFICATIONS: ' GROUP 1 : Trucks or Trailers of a Water Level Capacity of 11 .99 cu. yds. or less, Forklift Trucks, Job Site Ambulances, Pickup Trucks, Flatbed Trucks. ' GROUP 2: Trucks or Trailers of a Water Level Capacity of 12.0 cu. yds. up to 22 cu. yds. , Euclids, Speedace and Similar Equipment of Same Capacity and Compressors. GROUP 3: Trucks or Trailers of a Water Level Capacity of 22.0 ' cu. yds. and over, Euclids and all Floats, Flatbed Trailers, Boom Trucks, Winch Trucks, Including Small Trailers, Farm Wagons, Tilt Top Trailers, Tool Trailers, Concrete Pumps, Concrete Conveyors, Gasoline TankTrailers, ' Truck Mounted Mobile Concrete Mixers, End Dump, Side Dump and Articulated Dump Trucks GROUP 4: Warehousemen. ' ....... . ......... ........... . WELDERS - Receive rate prescribed for craft performing ' operation to which welding is incidental. Unlisted classifications needed for work not included within ' the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ' (29CFR 5.5 (a) (1 ) (ii) ) . . .... .. ..... .......................... .... ........•-. .. ... . ..... In the listing above, the "SU" designation means that rates , listed under the identifier do not reflect collectively . bargained wage and fringe benefit rates. Other designations ' indicate unions whose rates have been determined to be prevailing. http://frwebgate.access.gpo.gov/cqi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=... 5/4/2005 , ' WAIS Document Retrieval Page 33 of 34 1 ---------------------------------------------------------------- • WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ' because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. ' With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the ' Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ' • Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' 2. ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request ' review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator ' U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, OC 20210 ' The request should be accompanied by a full statement of the interested party's position and by any information (wage ' payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3, ) If the decision of the Administrator is not favorable, an ' interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) , Write to: Administrative Review Board U.S. Department of Labor • 200 Constitution Avenue, N.W. Washington, DC 20210 ' 4. ) All decisions by the Administrative Review Board are final. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 WAIS Document Retrieval Page 34 of 34 ' END OF GENERAL DECISION • 1 1 http;//frwebpate.aocess,ppo.gov/cpi-bin/petdoe.cgl?dbname=Davis-Bacon&docid=... 5/4/2005 ' 1 ' . SECTION 5 • TECHNICAL SPECIFICATIONS 1 1 • 1 1 ' -73- ' • ITEM MO-100 MOBILIZATION DESCRIPTION 100-1.1 This item shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings, and other facilities necessary for work on the project except as provided in the contract as separate pay items; and for all other work operations which must be performed or costs incurred prior to beginning work on the various items on the project site. GENERAL 100-2.1 QUALITY ASSURANCE. The airport sponsor shall have the right to reject construction tools, equipment, materials, and supplies that are, in their opinion , unsafe, improper, or inadequate. The contractor shall bring rejected tools, equipment, materials, and supplies to acceptable conditions or remove them from the project site. 100-2.2 DELIVERY. Delivery to the project site of construction tools, equipment, materials, and ' supplies shall be accomplished in conformance with local governing regulations. EXECUTION ' 100-3.1 EXECUTUION AND REMOVAL. Provide personnel, construction tools, equipment, materials, and supplies that will facilitate the timely execution of the work. Upon completion of the work, • remove construction tools, apparatus, equipment, unused materials and supplies, plants, and personnel from the project site. BASIS OF PAYMENT 1004.1 Based on the contract lump sum price for"Mobilization", partial payments will be allowed on the next pay estimate as follows: ' A. When 5 percent or more of the original contract amount is earned,25 percent. ' B. When 10 percent or more of the original contract amount is earned,an additional 25 percent. C. When 25 percent or more of the original contract amount is earned,an additional 25 percent. ' D. When 50 percent or more of the original contract amount is earned, an additional 25 percent. TS-1.2 REMOVALS TS-1.2.1 Scone;This work shall consist of removing all drainage structures,pavements, surfacing, • , and base courses of all types, curb, curb and gutter, sidewalks and house walks, steps, retaining walls, foundation walls, catch basins, manholes, drainage and sewer pipes, water and gas main pipes, other objects or structures and other existing improvements ' which conflict with the work and are not designated to remain in place, No listing of items to be removed will be made. TS-1.2.2 Construction Requircments: Old pavements, abandoned sewers or pipe lines, or other ' obstructions to the construction of the roadway or within the limits of the right-of-way and not designated or permitted to remain, shall be removed or disposed of by the Contractor away from the site of the work. ' In removing pavement, curb, curb and gutter, gutters, sidewalk, and other similar improvements, and where a portion of such improvements are to be left in place, they ' shall be removed to an existing joint or to a joint sawed to a minimum depth of one inch with a true line and vertical face. Sufficient removal shall be made to provide for proper grade and connections in the new work regardless of any limits which may be indicated , on the plans. All sewers, drainage pipes and floor drains which have been or are to be abandoned shall , be permanently sealed at the ends with bulkheads constructed of concrete or brick masonry, having a minimum thickness of 8 inches. The use of salvaged brick will be permitted for constructing bulkheads provided the brick are clean and sound. No direct • ' payment will be made for blocking abandoned sewers,drainage pipes,or floor drains. Broken concrete, paving material, bricks or rubble may be placed in roadway embankment provided they are well spread, completely surrounded by dirt and are not , located within twelve inches of the finished subgrade,shoulder or ground surface. TS-1.2.3 Measurement: The work provided herein will not be measured for payment, but will be , considered a lump sum unit. This shall include the removal of all items, whether in view or hidden underneath the surface of the ground, regardless of whether shown on the plans or encountered during construction. , TS-1.2.4 Payment: These prices shall be full compensation for all preparation of these materials, and for all labor, equipment,tools,and incidentals necessary to complete the item. , The accepted removal of improvements will be paid for at the contract lump sum bid price. ' TS-2 EARTHWORK • TS-2.1 aq=: This work shall include all labor, material, equipment and services necessary to complete all earthwork as shown on the plans and specified herein including roadway excavation,embankment, subgrade preparation and finish grading. ' TS-2.2 Earthwork for Roadway: TS-2.2.1 The term, "Roadway", as used in this Section, is defined as including roadways, roadway ' intersections, sidewalks, shoulders, cut and fill slopes, driveways, parking areas and all other areas of earthwork except excavation and backfill for pipe trenches and structures. ' TS-2.2.2 2004 Missouri Standard Specification for Highway Construction Section 203 shall govern all earthwork for roadway except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway ' Specifications is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conform to 2004 Missouri Standard Specification for Highway ' Construction Section 203.3. The first paragraph of Section 203.5.1 shall be changed to read as follows: Compaction to at least 90 percent of maximum density, as determined by standard Compaction Test,will be required in the following areas: ' TS-2,2.4 Disposal: Unsuitable excavated material shall not be used in the embankments and shall not be disposed of on right-of-way. Disposal shall be the sole responsibility and at the ' • sole expense of the contractor. Unsuitable and excess excavated material may be disposed of on private property adjacent to the right-of-way,provided written permission of the property owner is obtained and provided the surface is properly finished and drained. In such cases, seeding, sodding, and other pay quantities shall not be increased ' thereby. TS-2.2.5 Ditch Cleanout: Special care shall be taken to clean out all debris and organic matter ' from existing roadway ditches to be filled. The ditches shall be carefully backfrlled in accordance with the requirements herein, using trench rollers or hand-operated power compactors as may be needed to assure proper compaction throughout. rTS-2,2.6 Underarading in Rock Cut: In rock cut areas excavation shall be carried to twelve (12) inches below subgrade to a minimum distance of two (2) feel behind back of curb. ' Backfilling of undergraded cut areas shall be with a drainable material with top surface choked with fines for proper subgrade preparation. ' Whenever possible, this material shall be from project excavation. Where authorized an open-graded drainable crushed limestone shall be brought in. Undrained pockets shall not be left in the surface of the rock, TS-2;2,7 Sub-grade Stabilization: Pockets of unsuitable earth may be encountered in cut areas where it will be impracticable to replace with suitable materials from excavation on the ' work site. In such cases, where authorized by the Engineer, the contractor shall furnish and place crushed stone base as required to provide a stable sub-grade. Crushed stone • base in accordance with requirements of Article TS-11. Where necessary, a portion of the stone base shall be mixed with existing earth to provide subgrade stability, and that ' portion of the stone base material shall be delivered to the project in as dry as possible • condition. ' TS-2.2.8 Additional Base Thickness: Where, in the opinion of the Engineer, conditions are such that it is impracticable to obtain sub-grade satisfactory for the design pavement thickness, ' the contractor may be directed to finish the sub-grade at lower than specified elevation and increase the thickness of asphaltic concrete base. TS-2.2.9 The provisions of paragraphs TS-2.2.7 and 8 shall not be construed to relieve the ' contractor of his responsibility for any necessary aeration and compaction of suitable earth at sub-grade level. TS-2.2.10 Protection of Sub-Grade: The contractor shall protect the subgrade by not allowing t delivery vehicles of excess weight thereon and by varying the path of delivery vehicles so as to not cause excessive rutting. Heaving or rutting damage to sub-grade caused by ' delivery vehicles during asphalt paving operations shall be immediately repaired and brought back to specified elevation prior to placing asphaltic concrete base or portland cement concrete pavement. , TS-2.2.11 Topsoil:The top four(4)inches of backfill behind curbs shall be topsoil, free from rocks, gravel, and any undesirable materials and shall be material suitable to establish a seed , bed. This material may be either topsoil available within the limits of the project or it may be top soil furnished by the contractor. No direct payment will be made for such topsoil, but shall be included in the lump sum price for grading and excavation. TS-2.2.12 Area Drainage: All earth areas within and adjacent to the grading limits as shown on the , Plans shall be graded to drain as directed by the Engineer, at one (1) percent minimum slope wherever possible. Special care shall be taken to avoid leaving low areas or water , pockets. No direct payment will be made for such grading except that measurement for payment of Proposal items will be made. TS-2.2.13 Sub-Grade Tolerance: Except as otherwise specified in paragraph TS-2.2.7, the sub-grade , for all paving and surfacing shall be within the tolerance range of minus one-half(+/s) , inch to plus one-quarter(1/4) inch with respect to specified elevation. TS-2.2.14 Borrow Material: (a) If borrow material is required, the contractor shall supply this material from a borrow area off the site. The borrow area shall be obtained by the contractor at his sole expense. Borrow materials shall be approved by the Engineer before , they are transported to the site of the Project. (b) Materials shall be similar to soils found on the Project. Soils showing high swell ' potentials will not be approved. (c) The Engineer's Earthwork Calculations are shown on the plans for the ' convenience of the Bidder. • 1 TS-2.2.15 Excess Material: All suitable excess material from excavation become the property of the • City of Jefferson and will be stockpiled on site at the direction of the Engineer. TS-2.3 Trenching,Embedment and Sackfill for Pipe: TS-2.3.1 Trench Excavation and Sheetine: 1 (a) Excavate in open cut except where boring, jacking or tunneling is specified. Trench walls shall be vertical in streets or improved areas unless otherwise authorized by the Engineer. Provide bracing, sheeting and cribbing where necessary to prevent caving. ' (b) All sheeting shall be pulled immediately prior to backfilling around the sheeting. However, the Engineer may direct all or a portion of the sheeting to be left in place in order to protect the pipe against shock load of caving banks,or to protect ' adjacent street or property, or to prevent material that cannot be compacted to specified density from caving into the trench. ' (c) Where sheeting is left in place,do not brace against pipe, but support in a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe may be removed after backfill to top of pipe has been completed. ' • (d) Trench walls may be sloped in unimproved areas if required to prevent caving and if adjacent property or trees to be left in place are not thereby subjected to additional cutting of roots. ' (e) See Pipe Embedment Details on Plans for minimum and maximum trench widths. If maximum is exceeded, and strength requirements control, Engineer may direct contractor to install special bedding or heavier class or gage of pipe at contractor's expense, ' TS-2.3.2 Ground Water and Surface Water. (a) Pipe trenches shall be kept free from water during excavation, fine grading, pipe laying and jointing, and pipe embedment operations. Where the trench bottom is ' mucky or otherwise unstable because of the presence of ground water, and in all cases where the static ground water elevation is above the bottom of any trench bell hole excavation, such ground water shall be lowered by means of pumps or ' other acceptable means to the extent necessary to keep the trench free from water, pipe sub-grade stable and firm under foot, at all times when work within the trench is in progress, ' (b) The contractor may use additional granular fill material, in accordance with the requirements of subparagraph TS-2.3.3 (b), in connection with drainage control, ' at his own expense. • (c) Each excavation shall be kept dry until the backfill is completed to the extent that ' no damage from hydrostatic pressures,flotation,or other causes will result. 1 1 (d) Surface water shall be diverted, and otherwise prevented from entering excavations and trenches to the greatest extent practicable without damage to t adjacent property from dikes,ditches,or impounded water. TS-23.3 Pipe Foundation,Granular Fill and Trench Bottom Stabilization: , (a) All pipe shall be bedded as shown in the"Pipe Embedment Details" on the Plans. (b) Granular fill shall be clean river gravel or reasonably sound crushed limestone, , free of cementitious, shaly, or flat and flaky particles in an amount which would cause the material to cake or pack or otherwise form an unyielding support for ' the pipe. Gradation shall be such that at least ninety-five (95) percent passes a three-quarter(3/4) inch square mesh sieve and not over five (5) percent passes a number four(4)square mesh sieve. ' (c) Stabilization: if the trench bottom at base of the required pipe embedment material is unstable, the contractor shall excavate to an additional depth and backfrll with crushed stone as directed by the Engineer. The size of stone used shall be as required for effective stabilization. Where large stone is used, the , upper portion shall be choked with smaller stone and no stone larger than one(1) inch size will be allowed within (3) inches of the pipe wall. Stabilization material ordered by the Engineer will be paid for in accordance with the , stipulations of Articles TS-2.5 and TS-2.6. However,payment will not be made for stabilization material or extra granular fill used for contractor's convenience in controlling drainage or as may be required to stabilize trench bottoms made • ' unstable through contractor's disturbance thereof or excessive tramping thereon. (d) Pipe shall not be placed over frozen trench sub-grade. ' (e) Placement of Granular Fill: 1. Place granular fill in lifts not exceeding six (6) inches and bring up , evenly on both sides of pipe. Do not dump over side of trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact, vibrate, or slice with a shovel, in such manner that , granular fill will take its final compaction and provide uniform and solid bearing under and around the pipe and its haunches. 2. Screed granular fill as shown on the Plans under elliptical or arch pipe. , 3. For a length of two (2) pipe diameters (effective diameter equals average , of span and rise for elliptical or arch pipe) on the upstream ends of culverts, omit granular fill. Use selected clay screeded and compacted to not less than ninety(90)percent of Standard Density. ' TS-2.3.4 Bell Holes: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. ' TS-2.3.5 13ackTrll to Top of Pipe: • ' (a) See "Pipe Embedment Details" on Plans. This section covers the backfill from • top of granular fill to top of pipe. (b) Backfill as soon as possible to minimize the possibility of damage to joints an inconvenience to the public. ' (c) Material to be selected earth or granular fill material, free from sod, sticks, roots, or rocks over one (1) inch size, to be unfrozen, and to be of proper moisture content for specified compaction. Suitable material from the project excavation ' shall be brought in from elsewhere on the work where required. (d) Place alongside pipe in loose layers of six (6) inch maximum thickness, thoroughly compacting each layer. Take special care to place and compact material around the pipe so as to leave no voids and to provide uniform lateral support for the pipe. Bring materials up uniformly on both sides of pipe, taking ' special care with corrugated metal pipe. (e) The material shall be compacted to the same density as required for backfrll above top of pipe. TS-2.3.6 Backfrll Above Top of Pine; ' (a) General: Backfrll from top of pipe to original surface or to sub-grade where pavement is to be placed is covered by this section. ' • (b) Materials: 1. Material for backfrll above top of pipe shall be the same as for backfrll below top ' of pipe as specified in subparagraph TS-2.3.5 (c), except that small sticks and roots less than one-half(Vx) inch in diameter, interspersed hard lumps and clods will be allowed insofar as they do not interfere with specified compaction. More ' suitable material shall be brought from elsewhere on the project if necessary and the unsuitable material disposed of. If the specified compaction cannot be obtained with earth excavated from the trench, the contractor shall use granular fill or similar approved material at Ws own expense. 2. Rock larger than one(1) inch shall not be placed within three(3) inches of pipe. Rock larger than eight(8)inches shall not be placed within two(2) feet of the top ' of pipe. No rock larger than two (2) inches may be placed in the upper six (6) inches under pavement sub-grade. No rock may be placed in the upper twelve (12) inches of trenches through grass parkways or earth areas. ' 3. Large stones may be placed in the remainder of the backfll only if well separated and so arranged that no interference with the specified backfrll will result. ' (c) Methods: ' 1. Method of backfrll used shall not impose excessive concentrated or unbalanced loads, shock, or impact on,or cause displacement of the pipe. The backfrll shall • be slowly rolled down a slope at the end of the trench and shall not be pushed over the side of the trench. 2. Consolidated material weighing more than one hundred(100)pounds shall not be • ' permitted to fall more than three (3) feet into the trench unless cushioned by at ' least three(3)feet of backfill over top of pipe. (d) Compaction: ' 1. Backfill under pavement shall be defined as being under all areas to be paved or surfaced for vehicular access, except those to be surfaced with crushed stone. The limiting line for such backfill shall extend from sub-grade at twelve (12) ' inches beyond edge of pavement or back of curb, downward on a slope not steeper than one(1)to one(1). In areas so defined,backfill shall be not less than ninety-five(95)percent of Standard Density. , 2. Backfill in Other Areas:In areas not defined in Item 1 above,backfill shall be not less than ninety(90)percent of Standard Density. , 3. The engineer may cause field density tests to be made whenever deemed necessary. The specified density will be the minimum allowed and the , attainment thereof will be entirely the contractor's responsibility. Obvious voids will not be permitted. 4. Thickness of backfill layers will be determined by the coordination of test results ' with field performance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. • TS-2.3.7 Installation of Pine in Embankment: (a) If embankment is made prior to placing pipe excavate trench, place pipe and ' backfill,in accordance with the Specifications herein. (b) If embankment is made after placing pipe compact embankment to top of pipe on ' both sides of pipe for a distance of at least five (5) pipe diameters each side of Pipe. 1 1 1 ' TS-2.3.8 Protection of Pime from Heavy Eguipmen t: Provide temporary fill to at least two(2) feet • over top of pipe extending at least five(5)pipe diameters each side, or greater protection, as required to protect pipe from heavy equipment. Damage to the pipe resulting from ' excessive equipment loads shall be satisfactorily repaired by the Contractor at his sole expense. TS-2.3.9 Excavation Ahead for Location of Obstructions: (a) Except where otherwise directed, excavate at least one hundred fifty (150) feet ' ahead of pipe laying in order to uncover any possible obstructions in the way of laying the Pipe. If such obstructions are encountered notify the Engineer immediately so that a needed change may be considered and effected. ' (b) Changes from Plans may be made only on the direction of the Engineer. Such changes may include changes in line, grade, pipe size or type, additional or less mitering, manholes, etc. Such changes may involve unanticipated moving of underground utility lines. ' (c) Refer to Article GP-7 regarding protection and moving of utilities and other obstructions. (d) The contractor will be paid for the actual amount of Proposal Items authorized (within the pay limits established)and performed by him. He will not be paid for unused materials left over or for delays arising from encountering obstructions. • TS-2.3.10 Maximum length of trenching allowed ahead of Pine laving shall be one city block or four hundred(400)feet,whichever is shorter. ' TS-2.4 Excavation and Backtill for Structures: TS-2.4.1 The term "structures" as used in this Article, means inlets, manholes and all other ' structures,not including pipe. TS-2.4.2 2004 Missouri Standard Specification for Highway Construction Section 206 shall govem excavation and backf ill for structures except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions, deletions and substitutions in this Article. Where any part of Missouri Highway Specifications Section 206 is so modified,the unaltered provisions shall remain in effect. ' TS-2.4.3 Delete the following from Missouri Highway Specifications Section 206. ' (a) Subsections 206.2,206.4.7,206.4.8,206.4.9,206.4.10 and 206.4.11. (b) All sections on Measurement and/or Payment. ' TS-2.4.4 Crushed stone, as specified in paragraph TS-2.3.3 (c), shall be installed where required by the stipulations of the 2004 Missouri Standard Specification for Highway Construction Article 206.3. This requirement shall apply to all structures as defined in ' paragraph TS-2.4.1. Stabilization material ordered by the Engineer will be paid for in • accordance with the stipulations of Articles TS-2.5 and TS-2.6. However, payment will not be made for stabilization material used for contractor's convenience in controlling 1 drainage, in fine grading, or as may be required to stabilize structure bottoms made ' unstable through contractor's disturbance thereof or excessive tramping thereon. • TS-2.4.5 Backfill for structures shall be in accordance with the applicable requirements of Section , TS-2.3.6. TS-2.5 Method of Measurement: ' TS-2.5.1 Excavation and Compacted Embankment: ' (a) The excavation and compacted embankment item shall be bid on a lump sum basis. The work shall be performed in accordance with specifications and in conformance with the lines, grades, thicknesses and typical cross sections shown ' on the plans. (b) No measurement for payment will be made for any of the following: ' 1. Excavation for structures, or pipes payment will be included in cost of bid item for each. , 2. No measurement of borrow excavation will be made. All costs of supplying borrow material to the Project site shall be included in the bid price for ' excavation and compacted embankment. (c) Computations: The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted embankment as shown thereon, and as listed in the plans, from existing cross sections by average end area method and will be the basis for final payment, except as follows: 1. An authorized change in grade, slope,or typical section is made. TS-2.6 Basis of Payment: , TS-2.6.1 Payment for this work item shall include but is not limited to: excavation for all material an indicated by plans, stockpiling of excess material in the location shown on plans, , grading of the roadway to the elevations shown on the plans, compaction of all roadway materials, and placement of topsoil in areas disturbed by construction activities. Payment for this item will be full compensation for all labor, equipment, material and all services ' necessary to complete this work. Payment this work will be made at the lump sum bid price. ' 1 1 ' ITEM MO-156 EROSION AND SEDIMENT CONTROL ' • DESCRIPTION 156-1.1 This work shall consist of furnishing, installing, maintaining and removing temporary erosion and sediment control measures; furnishing and placing permanent erosion control features; or a ' combination of both as shown on the plans or as designated by the engineer. This work shall consist of controlling water pollution in accordance with these specifications. The contractor shall exercise best management practices throughout the life of the project to control water pollution. Pollutants such as chemicals, fuels, lubricants, bitumen, raw sewage or other harmful material shall not be discharged from the project. Temporary pollution control measures shall be coordinated with ' permanent erosion control features specified in the contract to ensure economical, effective and continuous erosion control. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites,waste areas,and temporary plant sites. ' MATERIALS 156-2.1 MATERIALS. All materials shall conform to the following requirements: Item Specification Fertilizer MO-901 Seed MO-901 ' • Mulching MO-908 Straw Bales MO-908 ' Geotextile Fabric shall meet the physical and chemical requirements of AASHTO M 288. CONSTRUCTION REQUIREMENTS ' 156-3.1 GENERAL. In the event of conflict between these requirements and the pollution control laws, rules or regulations of other federal, state or local agencies, the more restrictive laws, rules or regulations shall apply. 156-3.2 SCHEDULE OF WORK. Prior to the start of construction, the contractor shall submit ' schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing, grading, construction, paving, and structures at watercourses. The contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan-for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the engineer. 156-3.3 AUTHORITY OF ENGINEER. The engineer has the authority to limit the surface area of ' erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and GII operations, and to direct the contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent ' streams or other watercourses, lakes,ponds,or other areas of water impoundment. • 156-3.4 CONSTRUCTION DETAILS. The contractor will be required to incorporate all permanent ' erosion control features into the project at the earliest practicable time as outlined in the accepted 1 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. Clearing and grubbing operations shall be scheduled and performed so grading operations and erosion ' control features will follow immediately thereafter. The surface area of erodible earth material exposed at one time by clearing and grubbing, excavating fill or borrow shall not exceed 435,000 square feet within any individual drainage area without installation of erosion controls for that drainage area. The total erodible surface area exposed at one time for the entire project shall not exceed 750,000 square feet. ' The engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the contractor's capability and progress in keeping the finish ' grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. , In the event that temporary erosion and pollution control measures are required due to the contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are , ordered by the engineer, such work shall be performed by the contractor at his/her own expense. The contractor shall acceptably maintain the erosion control features installed by the contractor during the • , construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels,temporary structures should be provided. TEMPORARY EROSION CONTROL (SILT FENCE/STRAW BALES) ' 156-4.1 DESCRIPTION. This work shall consist of furnishing, installing, maintaining and removing erosion controls for temporary ditch checks and at other temporary locations shown on the plans for ' controlling pollution and erosion, and removing sediment deposits at these locations and disposing of the sediment deposits at a location approved by the engineer. The quantities of temporary erosion control shown on the plans may be increased or decreased at the direction of the engineer. At the engineer's ' discretion, the location may be field modified to fit field conditions. Such variations in quantity will not be considered as alterations in the details of construction or a change in the character of the work. 1564.2 MATERIAL. Geotextile Fabric shall meet the physical and chemical requirements of ' AASHTO M 288. Posts for silt fence may be wood, steel or synthetic. Posts shall be sufficient length,not less than 4 feet, to , ensure adequate embedment while fully supporting the silt fence and shall have sufficient strength to resist damage during installation and to support applied loads while in service. All geotextile silt fence shall be supported either externally by wire or other approved mesh to a height of , at least 24 inches or by a suitable designed-in support system capable of keeping the material erect. Either • method shall be strong enough to withstand applied loads. ' 1 ' • Prefabricated fence systems may be used provided they meet all of the above requirements. ' Straw bales shall meet the requirements of MO-908. ' Posts for straw bales shall be wood. Posts shall be 2 inch by 2 inch and sufficient length, not less than 3 feet,to ensure adequate embedment. 1564.3 CONSTRUCTION REQUIREMENTS. The contractor shall install the temporary erosion ' control as shown on the plans or at other locations as directed by the engineer. Silt fence construction shall be adequate to handle the stress from hydraulic and sediment loading.Fabric at the bottom of the silt fence shall be buried a minimum 6 inches so that no flow can pass under the barrier. The trench shall be backfilled and the soil compacted over the fabric. The fabric shall be spliced together only at a support post with a minimum 6-inch overlap. Any installation method acceptable to the engineer will be allowed as long as the effectiveness and intent of the silt fence is achieved. ' Post spacing shall not exceed 5 feet. Posts shall be driven a sufficient depth into the ground or placed on closer spacing as necessary to ensure adequate resistance to applied loads. ' The silt fence shall be fastened securely to the upslope side of the post. When wire support is used, the wire shall extend into the trench a minimum of 2 inches. Straw bale construction shall be adequate to handle the stress from hydraulic and sediment loading. Geotextile fabric shall be fastened securely to the bale on the side of flow and on top and then embedded a minimum of 6 inches so that no flow can pass under the barrier. • Post spacing shall not exceed 2 feet. Posts shall be driven a sufficient depth into the ground or placed on closer spacing as necessary to ensure adequate resistance to applied loads. The contractor shall maintain the integrity of the erosion control as long as they are necessary to contain sediment runoff. The contractor shall inspect all erosion control immediately after each rainfall and at ' least daily during prolonged rainfall.Any deficiencies shall be immediately corrected by the contractor. In addition, the contractor shall make a daily review of the location of erosion control in areas where construction activities have changed the natural contour and drainage runoff to ensure the erosion control ' is properly located for effectiveness,Where deficiencies exist,additional erosion control shall be installed as approved or directed by the engineer. The contractor shall remove and dispose of sediment deposits when the deposit approaches one-half the ' height of the original height or sooner when directed by the engineer. Periodic sediment removal shall include removal and disposal of sediment in a location where it will not erode into construction areas or watercourses. The erosion control shall remain in place until the engineer directs it to be removed. Upon removal,the contractor shall remove and dispose of any excess silt accumulations, grade and dress the area to the ' satisfaction of the engineer,and establish vegetation on all bare areas in accordance with the contract requirements.The erosion control material shall remain the property of the contractor and may be used at other locations,provided the material continues to meet the requirements of this specification,is sound ' and not weakened by exposure to the elements. 1564.4 METHOD OF MEASUREMENT. Measurement of temporary erosion control will be made • to the nearest linear foot. The temporary erosion control will be measured in place from end to end of each separate installation completed and approved in place. 1 Measurement of the removal of accumulated sediment will be made to the nearest cubic yard. ' 1564.5 BASIS OF PAYMENT. The accepted quantities of temporary erosion control completed, accepted and in-place will be paid for at the contract unit price per linear foot and will be frill compensation for all labor, equipment and material to complete the described work This includes ' maintaining and repairing the original structure and the removal and disposal of the erosion control after completion of the work. The contractor will be compensated if the engineer determines unusual conditions warrant a repair or replacement of the erosion control. , The removal of accumulated quantity of sediment will be paid for at the contract unit price per cubic yard. Payment will be full compensation for all labor, equipment and material to complete the described work ' and for sediment removal and disposal. Payment will be made under. ' Item MO-156.4.5.1 Silt Fence--per linear foot Item MO-1564.5.2 Straw Bales--per linear foot ' 1 1 ' ITEM MO-701 PIPE FOR STORM DRAINS AND CULVERTS • DESCRIPTION 701-1.1 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.The pipe materials shall conform to the requirements of the 2004 Missouri Standard Specification for Highway Construction (MSSHC), Section 725 - Metal Pipe and Pipe-Arch Culverts, Section 726 - Rigid . ' Pipe Culverts, Storm Drains and Sewers,and Section 732-Flared End Sections. All construction methods,testing,and acceptance criteria shall be in accordance with the standards included within this Item MO-701. MATERIALS 701-2.1 PIPE MATERIALS. Pipe materials shall conform to the requirements of the 2004 MSSHC,as follows: ' Corrugated Metallic-Coated Steel Pipe Section 725 Reinforced Concrete Pipe-Class j Section 726 Flared End Sections Section 732 The Engineer shall specify the class of pipe for each size specified in the plans. ' Prior to the use of materials, the contractor shall furnish manufacturer's certified test reports to the Engineer for those materials proposed for use during construction. The certified test reports shall include a statement that the materials meet the specification requirements. 701-2.2 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi at 28 days and conform to the requirements of ASTM C 94. ' CONSTRUCTION METHODS ' 701-3.1 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 incites 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 one-half inch for each foot of fill over the ' top of the pipe(whichever is Beater)but for no more than three-quartets of the nominal diameter of the pipe. The width of the excavation shall be at least I 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. 701-3.2 BEDDING. Bedding for reinforced concrete pipe will be classified as Class A, Class B, or ' Class C. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. A. Reinforced Concrete Pipe. ' Class A bedding shall be used if, in the judgment of the engineer, soil conditions are such that a firm bed cannot be otherwise secured. The pipe shall be laid in the center of a concrete cradle having a minimum , width of 6 inches greater than the outside diameter of the pipe. The minimum thickness of the cradle under the bottom of the pipe shall be 1/4 of the internal diameter of the pipe, and the cradle shall extend up the sides of the pipe for a height equal to 1/4 its outside diameter. The concrete shall meet the ' requirements of item MO-610. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches below , the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent 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 selected sandy soil, all of which passes a 318 inch (9mm)sieve and not more than 10 percent of which passes a No.200(0.075 nun)sieve. Class C bedding shall consist of a soil foundation shaped to fit the lower part of the pipe exterior for at least 10 percent of its overall height, and shall afford a uniformly firm bed throughout its entire length. In lieu of Class C bedding,Class B bedding may be used at no additional cost to the Sponsor. B. Corrugated Metal Pipe. ' For corrugated metal 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 Minimum Bedding ' Depth(in.) De th(in.) 1/2 1 1 2 2 3 , 21/2 3 '/i 701-3.3 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. ' i • 701-3.4 JOINING PIPE. All joints shall be sealed with an approved plastic compound, cement mortar ' or tubular joint seal, Rubber gaskeled joints may be used at no additional cost to the sponsor. Where permissible lift holes have been used,the holes shall be carefully filled with expansive mortar to provide a watertight section. The mortar shall be finished !lush on the inside of the pipe and shall be properly cured ' on the outside. Lifting devices shall have sufficient bearing on the inside of the pipe to avoid damage resulting from a concentration of stresses around the lift holes. ' if tubber gasket type pipe is specified or used, the joints shall be installed in accordance with the manufacturer's recommendations to ensure that joint devices are properly installed and that rubber gaskets are not displaced. In sealing rigid pipe with mortar, the mortar contact areas of all pipe ends shall be damp when mortar is applied. After applying mortar to the entire interior surface of the bell or groove, the spigot or tongue end ' shall be forced into position. Any remaining void in the bell or groove shall be filled with a hub of mortar built up adjacent to the bell, or a bead of mortar built up around a groove-type joint.The interior joints of either type of pipe shall be finished flush with the surface of the pipe. Outside surface of mortar joints shall be cured with membrane curing compound. In sealing rigid pipe with plastic joint compound, trowel grade compound shall be applied to the mating surfaces of both the tongue and groove,or to the entire interior surface of the bell and the upper portion of the spigot. Rope or tape type plastic compound shall be applied in accordance with the manufacturer's recommendations. The joints shall be forced together with excess compound extruding both inside and outside the joint. Excess compound shall be removed from the interior surface where accessible.Tubular ' • joint seals shall be installed in a manner as recommended by the manufacturer.The joint between the bell and spigot shall be uniform for the full circumference and care shall be taken to prevent the bell from supporting the spigot. ' In joining corrugated metal pipe, the ends shall be butted as closely as the corrugations will permit and shall be joined with a firmly bolted coupling band of the same material as the pipe. ' 701-3.5 BACK FILLING. Pipes shall be inspected before any backfrll 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 backfrll shall be fine, readily compatible soil, or granular material selected from the excavation or a source of the Contractor's choosing. 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.No less than 95 percent of a granular backfrll material shall pass through a 1/2 inch sieve, and no less than 95 percent of it shall be retained on a No.4 sieve. When the top of the pipe is even with or below the top of the trench, the backfrll shall be compacted in layers not exceeding 6 inches on both sides of the pipe and shall be brought up one foot above the top of ' the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfrll 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 backfrll 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 backfrll on each side of the pipe for the portion above the top of the trench shall be ' equal to twice the pipe's diameter of 12 feet,whichever is less. 1 1 All backfill shell be compacted to the density required under Item MO-152. , METHOD OF MEASUREMENT 7014.1 The length of pipe shall be measured in linear feet of pipe in place,completed, and approved.It ' shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. , 7014.2 The number of concrete and/or corrugated metal pipe flared end sections of each class,type,and size shall be measured by the number per each installed and approved by the Engineer. , BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type ' and size designated,and per each for each kind of flared end section of the type and size designated. These prices shall fully compensate the Contractor for furnishing all materials, excavation, bedding, , installation of these materials,backfilling, and for all labor,equipment,tools, and incidentals necessary to complete the item. ' Payment will be made under: Item MO-701-5.1 ( ] Corrugated Metallic-Coated Steel Pipe--per linear foot • ' Item MO-701-5.2 ] ] Corrugated Metallic-Coated Flared End Section--per each ' Item MO-701-5.3 ( ] Reinforced Concrete Pipe--per linear foot Item MO-701-5.4 ( ] Reinforced Concrete Pipe Flared End Section--per each ' The Engineer shall specify the size for each pipe specified in the plans. ' 1 • TS-15 UNDERDRAIN: I ' TS-15.1 eneml: The Contractor shall install underdmins where directed. He shall have an available source of underdmin materials so that they can be quickly obtained when it is determined where and if they are required. Underdrains shall be installed only at j ' locations as directed by the Engineer. TS-15.2 Materials: ' 1. Materials for underdmin construction are show on the plans in the typical pavement underdmin section detail. TS-15.3 Installation: ' 1. Installation of underdmins shall be in accordance with the details on'the Plans and instruction provide by the Engineer. ' TS-15.4 Measurement and Payment: Underdmin pipe shall be measured per linear foot complete including all labor,material and services to complete this work. 1 • I 1 �I .1 1 1 TS-14 SANITARY SEWER ADJUSTMENTS: • , TS-14.1 Adiustine and Rebuilding Manholes: ' TS-14.1.1 General: (a) Each existing storm or sanitary sewer manhole encountered within the grading ' limits,whether or not shown on the Plans,and which is to be left in service shall be raised or lowered to the new grade and slope, ' (b) All construction work in connection therewith shall be in accordance with the applicable details on the manhole sheet of the drawings. Manhole steps shall be ' properly reset and spaced. All new construction with brick shall be given a three-fourths (3/4) inch mortar coat on the outside. All new construction with brick or precast concrete shall be given one heavy coat of coal tar paint. (c) In areas to be paved or surfaced the work shall be accomplished and protected in t such a manner as to not create a traffic hazard and to provide for proper construction and compaction of the sub-grade and pavement adjacent to the ' manhole. (d) Precautions shall be taken to drop no debris into the bottoms of manholes. Any ' debris so dropped shall be immediately removed to prevent being washed down the sewer line. (e) The Contractor shall verify for himself the types of construction of the existing • ' manholes, TS-14.1.2 Lowering Manholes; , (a) Wherever possible, the manhole shall be lowered without resetting or rebuilding the cone (this will be classified as "Adjust Manhole to Grade"), utilizing one or ' both of the following methods: 1, Remove existing straight neck brick or precast concrete ring sections ' and lower existing cast iron ring and cover. 2. Remove existing cast iron ring and furnish and set shallow type cast iron , ring,Type 3, as shown on the Plans, (machined), or equivalent, designed to receive existing cover. (b) When the required lowering is greater than can be accomplished as specified in ' the above subparagraph, the work will be classified as 'Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: ' 1. Precast concrete shall be removed and reset, removing one or more precast concrete rings below the cone, furnishing any necessary shallow depth straight concrete rings below the cone or concrete or cast iron , adjusting rings above the cone. The existing cast iron ring and cover • shall be reset, or, if necessary, a shallow type ring shall be furnished as specified in Item 2 of sub-paragraph S-14.1.2(a). ' 1 1 • 2. Brick cones shall be torn down and rebuilt with brick, using eccentric or 1 concentric cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover 1 shall be reset, or, if necessary, a shallow type ring shall be furnished as specified in Item 2 of subparagraph S-14.1.2(a). 1 TS-14.1.3 Raising Manholes: (b) Wherever possible, the manhole shall be raised without resetting or rebuilding the cone. This will be classified as "adjust Manhole to Grade". This shall be 1 accomplished by adding adjusting rings of cast iron,precast concrete or brick; or an appropriate combination thereof, and resetting the existing cast iron ring and cover. The maximum allowable height of straightneck section, measured to top 1 of cast iron ring, shall be twenty-one(21)inches unless otherwise directed by the Engineer. 1 (c) When the required raising is greater than can be accomplished as specified in the above subparagraph, the work will be classified as "Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: 1 1. Precast concrete cone shall be removed and reset, adding one or more precast concrete rings below the cone, furnishing any necessary concrete 1 • or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset. 2. Brick cones shall be tom down and rebuilt with brick, using eccentric or 1 concentric cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover 1 shall be reset. TS-14.1.4 The Contractor shall furnish all materials required for adjusting and rebuilding manholes. 1 Suitable materials snlvaged from existing manholes may be reused as needed. If directed to replace any cast iron item found to be unsuitable through no fault of the Contractor,payment for the materials only will be made in accordance with the provisions of Regulations of the Contract Article FC-21. ' TS-14.1.5 Measurement R Payment 1 Measurement and Payment for this item shall include all work necessary to adjust a manhole accordingly. Payment shall be made at the unit bid price of each manhole adjusted. This item shall 1 include all labor,material,equipment and services to complete this work. li 1 1 1 TS-100 SUBGRADE STABILIZATION • ' DESCRIPTION , 1.1 This item shall consist of the placement of a geosynthetic fabric placed on a prepared underlying ' subgrade in accordance with these specifications and shall conform to the dimensions and typical cross section shown on the plans and with the lines and grades established by the Engineer. The purpose of this item is to provide an appropriate surface for the construction of the pavements. MATERIALS ' 2.1 GEOSYNTHETIC FABRIC. The fabric for Subgrade Stabilization shall consist of woven or ' non-woven filaments of polypropylene,polyester, or polyethylene. Non-woven fabric may be needle punched,heat-bonded, resin-bonded or a combination thereof. The fabric shall be resistant to ultraviolet radiation. The fabric shall comply with the following physical properties: , PHYSICAL PROPERTIES Grab tensile strength(lb)—ASTM D 4632...... 300(min.)l ' Grab elongation @ break(%)—ASTM D 4632 .... 15 (min.) Mullen Burst strength(psi)—ASTM D 3786 ..... 500(min.)2 ' Trapezoidal tear strength(lb)—ASTM D 4533..... 100(min.) Weight(ozlsq,yd.)- 1 For woven fabric,test results shall be referenced to orientation with warp or weave, • , whichever the case may be. Both woven and non-woven fabric shall be tested wet. 2 Test results may be obtained by manufacturer's certification. , 2.3 QUALITY TESTS. A manufacturer's certification shall be provided showing that the minimum requirements for geosynthetic fabric are met. , CONSTRUCTION METHODS ' 3.1 EQUIPMENT All equipment necessary for the proper construction of this work shall be on the project,in first-class working condition,and approved by the Engineer before construction is , permitted to start. 3.2 PREPARING UNERLYING COURSE. The underlying course shall be prepared in accordance with TS-2,Excavation and Embankment. No fabric or crusher run material shall be ' placed until the subgrade has been approved by the Engineer. 3.3 INSTALLATION OF GEOSYNTHETIC FABRIC. The fabric shall be delivered to the ' jobsite in such a manner as to facilitate handling and incorporation into the work without damage. Material shall be stored in such a manner as to prevent exposure to direct sunlight and damage by other construction activity. , Fabric may be installed on the application surface either by hand or mechanical methods, • provided that the fabric is not tom or the surface rutted. ' 1 ' Fabric of insufficient width or length to fully cover the specified area shall be lapped, or sewn. The following are minimum laps for each: • 1. Lap only—24 inches. 2. Sewn—4 inches. If sewn,the seam strength shall be equal or more than the minimum grab strength of the fabric when tested wet. At no time shall vehicles be driven directly on the fabric. ' 3.4 MAINTENANCE. Between the time that the fabric is laid and the base course is placed,the Contractor shall ensure that the geosynthetic remains in a condition acceptable to tile Engineer. ' Any maintenance work shall be performed at the expense of the Contractor. METHOD OF MEASUREMENT ' 4.1 The quantity of Geosynthetic Fabric to be paid for shall be the number of square yards of material placed and accepted by the Engineer. ' BASIS OF PAYMENT 5.1 Payment shall be made at the contract unit per square yard for the Geosynthetic Fabric. The price shall be full compensation for furnishing all materials and for all preparation,hauling,and placing of these materials,and for all labor, equipment, tools,and incidentals necessary to complete the item. ' Payment will be made under: Item SP-3-5.1 Geosynthetic Fabric--per square yard. 1 1 1 ITEM MO-501 PORTLAND CEMENT CONCRETE PAVEMENT ' DESCRIPTION • ' 501-1.1 This wort: shall consist of pavement composed of Portland cement concrete constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, , thickness,jointing plans, and typical cross sections shown on the plans. The materials and mixture shall meet the requirements of the 2004 Missouri Standard Specification for Highway Construction (MSSHC), Section 501-Concrete, t All construction methods,testing,and acceptance criteria shall be in accordance with the standards Included within this Item MO-501. MATERIALS 501-2.1 MATERIALS. All materials for Portland cement concrete shall conform to the requirements of ' the 2004(MSSHC), Section 501, for Pavement class concrete and specifically as follows: A. Item Section ' Steel Wire Fabric for Concrete Pavement 1036 Concrete Curing Material 1055 ' Material for Joints 1057 Epoxy-Resin. Epoxy-resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM C 881, Type 1, Grade 3, Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 degrees F. B. Coarse Aggregate. The ledge stone from which the coarse aggregate will be produced has to , have source approval from the Missouri Department of Transportation (MoDOT). Prior to use of the material, the contractor shall submit the current MoDOT source approval letter to the Engineer for the material proposed for use during construction. Source approval granted for"all ' types of highway construction" (Product Code 1005CACP) constitutes approval for all uses. Source approval granted for "all types except PCCP" (Product Code 1005CACM) comprises approval for all uses except portland cement concrete pavement. Source approval obtained for ' "all types except PCCP & PCCM" (Product Code 1002CAAC) is considered to be approval for all uses except portland cement concrete. The contractor shall submit certified test reports to the Engineer for the gradation of the coarse ' aggregate. The certification shall show the appropriate AASHTO test for the material, the test results, and a statement that the material passed or failed. The aggregate shall be sampled and tested for gradation using the following procedures: ' 1. Sampling Aggregates. Sampling shall be in accordance with AASHTO T 2. 2. Sieve Analysis of Fine and Coarse Aggregate. The coarse aggregate shall be ' tested in accordance with AASHTO T 27 and meet the applicable gradation requirements of the MSSHC, Section 1005. ' 3. Material Passing No. 200 Sieve. The portion of material passing the No. 200 • sieve shall be tested in accordance with AASHTO T 11 and meet the ' 1 ' requirements of the MSSHC, Section 1005. ' • In lieu of the above gradation-testing requirement, the contractor may provide documentation from MoDOT (District Materials Office) indicating that the material meets specification requirements. C. Fine Aggregate. Prior to use of material, the contractor shall submit to the Engineer a certification from the supplier that the fine aggregate complies with the specification requirements. The certification statement shall be signed by an authorized representative of ' the supplier and shall be substantially as follows: "This certifies that the fine aggregate being supplied for this project complies with Section 1005.3 ' of the 2004 Missouri Standard Specification for Highway Construction." D. Material Acceptance. Prior to the use of all other materials (cement, admixtures, materials for joints, etc.) proposed for use during construction, the contractor shall submit to the Engineer the appropriate manufacturer's certification per the 2004 MSSHC indicating that the material meets specification requirements. ' The Engineer may request samples for testing,prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. ' MIX DESIGN • 501-3.1 MIX DESIGN. At least 30 days prior to placing any mixture on the project,the contractor shall submit a mix design for verification and approval by the engineer. Proportioning, slump, and air- entrainment for Portland cement concrete shall conform to the requirements of the 2004 (MSSHC), Section 501, for Pavement class concrete. Concrete shall be designed to achieve a 28-day compressive ' strength that meets or exceeds a compressive strength of 4,000 psi. The Contractor shall note that to ensure that the concrete actually produced will meet or exceed the ' acceptance criteria for the specified strength, the mix design average strength must be higher than the specified strength. The amount of over design to meet specification requirements depends on the producer's standard deviation of compressive test results and the accuracy, which that value can be estimated from historic data for the same or similar materials. No mixture will be accepted for use until the engineer approves the job mix formula in writing. Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be ' submitted to the Engineer for approval. Prior to the start of paving operations and after approval of all materials to be used in the concrete, the ' contractor shall submit a mix design showing the proportions and compressive strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of; cement, fly ash, ground slag, ' coarse aggregate, fine aggregate, water, and admixtures. The fineness modulus of the fine aggregate, slump,and air content shall also be shown. ' CONSTRUCTION METHODS ' • 5014.1 EQUIPMENT. The Contractor shall furnish all equipment and tools necessary for handling 1 materials and performing all parts of the work. • , A. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements ' of ASTM C 94. B. Mixers and Transportation Equipment. , (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the , drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central Plant Mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or t mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 314 inch or more. The Contractor shall have u copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. ' (3) Truck Mixers and Truck Agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central-mixed concrete shall conform to the requirements of ASTM C 94. ' (4) Nonagitator Trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. - , C. Finishing Equipment. The paver-finisher shall be heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2200 pounds • ' per foot of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. The finishing machine shall be designed and operated to strike off, screed and consolidate the concrete such that laitance on the surface is less than 1/8-inch thick. D. Vibrators. Vibrator shall be either internal type with immersed tube or multiple spuds, or surface , type vibrating pan or screed. For pavements 8 inches or more thick internal vibrators shall be used. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. ' Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inches, For pavements less than 8 inches thick, vibrating surface pans or screeds shall be allowed. Operating frequencies for surface vibrators shall , be between 3,000 and 6,000 vibrations per minute. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous ' pavement. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases and meet the recommendations of ACI 309, Guide for Consolidation of Concrete. The contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a ' minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas and meet the recommendations of ACI 309, Guide for ' Consolidation of Concrete. E. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and ' power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during • sawing operations. ' • F' Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less ' than 10 feet in length. Forams shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less.Forms shall be provided with adequate devices for secure settings so that when ' in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and the upstanding leg shall not vary more than 1/4 inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. G. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross ' section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal ' and vertical control devices. 5014.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to ' insure continuous paving operation.Afler the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the ' • method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction.The forms ' shall not deviate from true line by more than 1/8 inch at any joint. Forms shall be so set that they will withstand,without visible spring or settlement,the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. ' 5014.3 CONDITIONING OF UNDERLYING SURFACE, SLIP-FORM CONSTRUCTION. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet to extend beyond the paving machine track to support the paver without any noticeable displacement. ' After the underlying surface has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall ' be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized ' subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete.The ' underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. • 5014.4 CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-1N LANE ' CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage • ' caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A ' template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by ]land and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the ' underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. , The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be , checked daily. 5014.5 HANDLING, MEASURING,AND BATCHING MATERIAL. The batch plant site, layout, , equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. ' Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or , binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if tite car bodies permit free drainage. Batehing plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically • ' using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing]topper to transporting container or into ' the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. , 5014.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. Tile mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and ' delivered to the site in accordance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers,truck agitators,or nonagitating trucks.The elapsed time from the addition of cementdtious material to the mix until tite concrete is deposited in place at the work ' site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Relempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch , materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded and approved , by the Engineer. 5014.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or finished when the natural light is insufficient,unless an adequate and approved artificial lighting system is ' operated. • A. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations ' ' shall be discontinued when a descending air temperature in the shade and away from artificial heat • reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and away ' from artificial heat reaches 35 degrees F. The aggregate shall be free of ice, snow,and frozen lumps before entering the mixer.The temperature of ' the mixed concrete shall not be less than 50 degrees F at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. ' When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 degrees F. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. ' B. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 degrees F,the following precautions shall be taken. ' The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90 degrees F. The aggregates and/or mixing water shall ' be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water-fog or mist with approved spraying equipment until the pavement is covered by the curing medium. If necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which takes into consideration relative humidity,wind velocity, and air temperature, When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as ' necessary to protect the concrete surface. Such measures shall consist of windscreens, more effective fog sprays, and similar measures commencing immediately behind the paver, If these measures are not effective in preventing plastic cracking,paving operations shall be immediately stopped. Prior to the start of paving operation for each day of paving,the contractor shall provide the engineer with ' a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: 1 ' 1, Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. ' 2. Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity. 3. Anticipated timing of initial sawing of joint. ' • 501-4.8 PLACING CONCRETE. The Contractor has the option of side (fixed) form or slip-form paving. Al any point in concrete conveyance, the free vertical drop of the concrete from one point to • ' another or to the underlying surface shall not exceed 3 feet. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver, ' Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a compressive strength of 3,500 psi based on the average of ' four field cured specimens per 2,000 cubic yards of concrete placed. A. Side-form Method. For the side-form method, the concrete shall be deposited on the moistened ' grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be placed and spread using an approved mechanical spreading device that , prevents segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels--not rakes. Workers shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign ' substances, Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the , hopper is centered above the joint assembly. Concrete shall be thoroughly consolidated against and along the faces of all forms and previously placed t concrete and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 20 seconds in any one location, nor shall • ' the vibrators be used to move the concrete. B. Slip-form Method. For the slip-form method, the concrete shall be placed with an approved ' crawler-mounted,slip-form paver designed to spread,consolidate and shape the freshly placed concrete in one complete pass of the machine so that a minimum of hand finishing will be necessary to provide a dense and homogeneous pavement in conformance with requirements of the plans and specifications.The , concrete shall be placed directly on top of the joint assemblies to prevent them from moving when the paver moves over them. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified pavement edge and surface tolerance, The side forms shall be of dimensions, shape, and strength to support the concrete laterally for a sufficient length of time so that no edge slumping ' exceeds the requirements of paragraph 501-5.2E(5). Final finishing shall be accomplished while the concrete is still in the plastic state. In the event that slumping or sloughing occurs behind the paver or if there are any other structural or ' surface defects which, in the opinion of the Engineer,cannot be corrected within permissible tolerances, paving operations shall be immediately stopped until proper adjustment of the equipment or procedures ' have been made. In the event that satisfactory procedures and pavement are net achieved after not more than 2,000 lineal feet of single lane paving, the Contractor shall complete the balance of the work with the use of standard metal forms and the formed method of placing and curing. Any concrete not corrected to 1 permissible tolerances shall be removed and replaced at the Contractor's expense. 5014.9 STRIKE OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to ' an elevation such that when the concrete is properly consolidated and finished, the surface of the • pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel ' ! fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. • The reinforcement shall then be placed directly upon the concrete, after which the top layer of the ! concrete shall be placed, struck off, and screeded. if any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced ! concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. ! Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory,provided the minimum dimensions,weight,and tensile properties of a hand wirc- brashed test specimen are not less than the applicable AASHTO specification requirements. ! 5014.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement ! and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch from their designated position and shall be true to line with not more than 114-inch variation in 10 feet.The surface across thejoints shall be tested with a Contractor furnished 10-foot straightedge as the joints are finished ' and any irregularities in excess of 1/4 inch shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. ! A. Construction. Longitudinal construction joints shall be slip-formed or formed against side forms with or without keyways, as shown in the plans, ! • Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the ! joint shall be located at a planned contraction or expansion joint.If placing of the concrete is stopped,the Contractor shall remove the excess concrete back to the previous planned joint. ' B. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the ! concrete has hardened, When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that ! spalling will be avoided at intersections with other joints, Grooving or sawing shall produce a slot at least 1/8 inch wide and to the depth shown on the plans, ! C. Expansion. Expansion joints shall be installed as shown on the plans, The premoldcd filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cnp shall be provided to protect the top edge of the filler ' and to permit the concrete to be placed and finished. After the concrete has been placed and struck off,the cap shall be carefully withdrawn leaving the space over the premoldcd filler.The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be ! removed for the full width and depth of thejoint, • D. Keyways. Keyways(only female keys permitted)shall be formed in the plastic concrete by means ' of side forms or the use of keyway liners which are inserted during the slip-form operations. The keyway shall be formed to a tolerance of 114 inch in any dimension and shall be of sufficient stiffness to support the upper keyway flange without distortion or slumping of the top of the flange. The dimensions of the ' keyway fortes shall not vary more than plus or minus 114 inch from the mid-depth of the pavement. Liners that retrain in place permanently and become part of the keyed joint shall be made of galvanized, copper clad, or of similar rust-resistant material compatible with plastic and hardened concrete and shall , not interfere with joint reservoir sawing and sealing. E. Tie Bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans.They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal , construction joints, unless threaded bolt or other assembled tie bars are specified.These bars shall not be painted, greased, or enclosed in sleeves, When slip-form operations call for tie bars, two-piece hook bolts can be installed in the female side of the keyed joint provided the installation is made without distorting , the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the keyway liner only on the female side of the joint. In no case shall a bent tie bar installation for male keyways be permitted. G. Dowel Bars. Dowel bars or other load-transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved ' assembly device to be left permanently in place. The dowel-supporting unit shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. The free end of the dowel bar for a length of at least 11 inches shall be coated with approved graphite grease'. • ' Dowels bars at longitudinal construction joints shall be bonded in drilled holes. The exposed end of the dowel shall be coated with approved graphite grease'. "The graphite grease shall be applied in a manner that will result in a thorough covering of that section of the bar with a thin uniform coating. , G. Installation of Joint Devices, All joint devices shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in ' place by stakes or other means to the maximum permissible tolerances during the placing and finishing of the concrete.Where premolded joint material is used, it shall be placed and held in a vertical position; if constructed in sections,there shall be no offsets between adjacent units. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501-5.2E(6). During the ' concrete placement operation, it is advisable to place plastic concrete directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. t When concrete is placed using slip-form pavers, dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/9-inch to 1/4-inch greater in diameter than the dowel or tie bar shall be drilled with , rotary-type core drills that must be held securely in place to drill perpendicularly into the vertical face of • the pavement slab. Rotary-type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the , Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. ' I • Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel ' bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar.The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be less than 10 inches from a transverse joint and shall not ' interfere with dowels in the transverse direction. . H. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in ' paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint scalers as shown on the plans. Sawing shall ' commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required.The joints shall be sawed at the required spacing,consecutively in sequence of the concrete placement. Curing compound, if being used as the cure type, shall be reapplied in the initial sawcut and maintained for the remaining cure period. Curing compound shall not be applied, and used as the cure method, to any final concrete face that is to receive a sealant. ' 5014.11 FINAL STRIKE-OFF,CONSOLIDATION,AND FINISHING. A. Sequence. The sequence of operations shall be the strike-off, floating and removal of laitance, ' straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted. ' • B. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load-transfer devices,joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501.4.8A. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches from the joint. Segregated concrete shall be removed from the front of and off the joint; and the forward motion of the finishing machine shall be resumed, Thereafter, the finishing machine may be run over the joint without lifting the screed,provided there is no segregated concrete immediately between the joint and the screed or on top of thejoint. ' C. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give to proper consolidation and to leave a surface of uniform texture. Excessive ' operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine,and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish.During ' the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking-off ' process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas, ' • D. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions; in the event of breakdown of the mechanical equipment, hand methods may be used to finish • ' the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where ' operation of the mechanical equipment is impractical.Concrete,as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. ' The screed for the surface shall be a least 2 feet longer than the maximum width of the slab to be smock off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of , suitable vibrators. E. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and , trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long-handled floats shall not be less than 12 feet in length and 6 inches in ' width, stiffened to prevent flexibility and warping. The float shall be operated from footbridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in , successive advances of not more than one-half the length of the float. Any excess water or laitance in excess of 1/8-inch thick shall be removed and wasted. (2) Mechanical Method. The Contractor may use a machine composed of a cutting and ' smoothing float(s), suspended from and guided by a rigid frame and constantly in contact with, the side forms or underlying surface. If necessary, long-handled floats having blades not less than 5 feet in length • and 6 inches in width may be used to smooth and fill in open-textured areas in the pavement. When the ' crown of the pavement will not pennit the use of the mechanical float, the surface shall be floated transversely by means of a long-handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance in excess of 1/8-inch thick ' shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. F. Straightedge Testing and Surface Correction. After the pavement has been struck off and while , the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over ' from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8-inch thick shall be removed from the surface of the pavement and wasted, Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down ' and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2E(3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and , until the slab conforms to the required grade and cross section The use of long-handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. , 5014.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the ' texturing equipment not tear or unduly roughest the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. • A. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, 1 it shall be applied when the water sheen has practically disappeared. The equipment shall operate . transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1116 of an inch in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. ' B. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard.To obtain a textured surface, the transverse threads of the burlap shall be removed ' approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface, The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. C. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full-width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge, At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor ' to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85-inches-long polyethylene turf blades per square fool. The corrugations shall be uniform in appearance and approximately 1116 of an inch in depth. The Engineer may specify a particular type of finish or allow the Contractor the option. * www * wwww * * cow* * w * cow * w**** w * * * * * * * * w * * * * ** * *** * * * * * * * wwww ' • 5014.13 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a period not less than 7 days in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall ' not be lefl exposed for more than 1/2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint, the curing compound shall be ' applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or ' blankets shall be kept moist for the duration of the curing period. A. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly ' with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 150 square feet. The spraying equipment shall be of the fully atomizing type equipped with a tank ' agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed ' by the removal of forms will be permitted, The curing compound shall be of such character that the film • will harden within 30 minutes after application, Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired ' immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided • , for the surface. B. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides. The sheeting shall have dimensions ' that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 7 days after the concrete has been placed. , C. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted , to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly saturated prior to placing of the paper. Unless otherwise specified, the paper shall be ' maintained in place for 7 days after the concrete has been placed. D. White Burlap-Polyethylene Sheets. The surface of the pavement shall be entirely covered with ' the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in ' position for 7 days after the concrete has been placed. E. Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 degrees • ' F for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time.The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's ' expense. F. Water Method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall he kept wet at all times and maintained for 7 days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the contractor to prevent ponding of , the curing water on the subbase. 5014.14 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. ' After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 5014.13. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.217. ' 5014.15 SEALING JOINTS. All sawed contraction and construction joints and sawed or formed expansion joints shall be sealed with joint sealing material before the pavement is opened to any traffic, , including construction traffic. The pavement temperature shall be above 50°F at the time of installation. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting, wire brushing, or high pressure , water blast. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal is applied. • Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the ' 1 • engineer before sealing is allowed. The sealing material shall be heated to the pouring temperature recommended by the manufacturer.Any material which has been heated above the maximum safe heating temperature will be rejected. An approved double boiler-type-heating kettle equipped with a mechanical agitator and a satisfactory temperature-indicating device will be required.The equipment shall be capable of heating the ,joint sealing material uniformly without damage. A direct connecting pressure type- , extruding device with nozzles shaped for insertion into the joint shall be provided. The scaling material shall be installed in such a way as to fill the joint opening uniformly from the bottom to approximately 1/8" from the top. A backing material shall be placed as shown on the plans and shall be nonadhesive to ' the concrete or the sealant material. Any excess material shall be removed from the pavement surface. 5014.16 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its ' appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include workers to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic ' concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the ' surface of the unhardened concrete with the protective covering. 5014.17 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens 1 • molded and cured in accordance with ASTM C 31 have attained a compressive strength of 3,500 pounds per square inch when tested in accordance with ASTM C 39. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the ' pavement to construction traffic, all joints shall either be scaled or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. The pavement shall be cleaned before opening for normal operations. 5014.18 REPAIR,REMOVAL, REPLACEMENT OF SLABS. ' A. General. New pavement slabs that are broken or contain cracks shall be removed and replaced or repaired, as specified hereinafter at no cost to the owner. Spalis along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall 1 be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The engineer will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4-inch ' diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the owner. All epoxy resin used in this work shall ' conform to ASTM C 881,Type V. (1) Shrinkage Cracks. Shrinkage cracks, which do not exceed 2 inches in depth, shall be cleaned and then pressure injected with epoxy resin,Type R1, Grade 1, using procedures as approved. ' Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin • injection shall take place in the presence of the Engineer. Shrinkage cracks, which exceed 2 inches in depth, shall be treated as full depth cracks in accordance with paragraphs 4.18E and 4.18C. B. Slabs With Cracks through Interior Areas. Interior area is defined as that area more than 6 • ' inches from either adjacent original transverse joint. Slabs with any cracks that extend into the interior area, regardless of direction, shall be treated by the following procedure, subject to the approval of the Engineer. (1) Cracks That Extend Full Depth of Slab. Where there is any full depth crack at any ' place within the interior area,the full slab shall be removed and replaced at no cost to the owner. C. Cracks Close To and Parallel To Transverse Joints. All cracks essentially parallel to ' original transverse joints, extending full depth of the slab, and lying wholly within 6 inches either side of the joint shall be treated as specified hereinafter. Any crack extending more than 6 inches from the transverse joint shall be treated as specified above in subparagraph "Slabs With Cracks Through Interior ' Area." (1) Full Depth Cracks Present, Original Joint Not Opened. When the original ' uncracked transverse joint has not opened, the crack shall be sawed and sealed, and the original transverse joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir far joint sealant in the crack shall be formed by sawing , to a depth of 3/4 inch, plus or minus 1/16 inch, and to a width of 5/8 inch, plus or minus 1/8 inch. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of , joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut • has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin,Type IV,Grade 1,using approved procedures. Where a parallel crack goes part way across paving lane and then intersects ' and follows the original transverse joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. , (2) Full Depth Cracks Present, Original Transverse Joint Also Cracked. At a transverse joint, if there is any place in the lane width where a parallel crack and a cracked portion of the ' original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. D. Removal and Replacement of Full Slabs. Where it is necessary to remove full slabs,unless ' there are keys or dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface, If keys, dowels, or tie bars are present along any edges, these edges shall be sawed full depth 24 inches from the edge if only keys are present, or just beyond the , end of the dowels or tie bars if they are present.These joints slrnll then be carefully sawed on the joint line to within 1 inch of the depth of the dowel or key. The main slab shall be further divided by sawing full depth, at appropriate locations,and each piece lifted out and removed. Suitable equipment shall be used to , provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs, The narrow strips along keyed or doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 pound or less, or other approved similar equipment. Care shall be taken to prevent ' damage to the dowels, tic bars, or keys or to concrete to remain in place. The joint face below keys or dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch • and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12 foot straightedge. ' No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal ' of slabs, If underbreak between 1-1/2 and 4 inches deep occurs at any point along any edge,the area shall • be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over 4 inches deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels, tie bars, or keys on an edge, or where they have been damaged, dowels of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All 4 edges of the new slab ' shall thus contain dowels or original keys or original tic bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be recompacted and shaped as specified in the appropriate SECTION of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forting curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or lie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. ' E. Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least 1 ' inch outside the spalled area and to a depth of at least 2 inches. Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 112 inch of visually sound concrete.The cavity thus formed shall ' be thoroughly cleaned with ]sigh-pressure water jets supplemented with compressed air to remove all loose material. immediately before filling the cavity, a prime coat of epoxy resin,Type III, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The ' • prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. fi, in size,and mortar SHALL BE USED FOR THE SMALLER ONES. ' ANY SPALL LESS THAN 0.1 CU. FT. shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where ' the spalled area abuts a joint, an insert or other bond-breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks.The reservoir shall be thoroughly cleaned and sealed with the sealer ' specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. 5014.19 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR ' All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place.All saw cuts shall be made perpendicular to the slab surface. ' A. Removal of Existing Pavement Slab. When it is necessary to remove existing concrete • pavement and leave adjacent concrete in place, the joint between the removal area and adjoining ' pavement to stay in place, including dowels, tic bars or keys, shall first be cut full depth with a standard 1 diamond-type concrete saw, except at those locations shown on the plans indicating that the existing joint • ' devices are to remain. At those locations shown on the plans indicating that the existing joint device is to , remain, and if keys or dowels are present at this joint,the saw cut shall be made full depth 6 inches from the joint if only keys are present, or just beyond the end of dowels if dowels are present. The edge shall then be carefully sawed on the joint line to within 1 inch of the top of the dowel or key.Next,a full depth , saw cut shall be made parallel to the joint at least 24 inches from the joint and at least 12 inches from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb. or less, or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to ' remain in place. Where dowels or keys are present, and are shown on the plans to remain, care shall be taken to produce an even, vertical joint face below the dowels or keys. If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels or , keys flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing dowels and Tie-bars. All this shall be at no additional cost to the Owner. Dowels of ' the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing Dowels and Tie Bars". The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 112-inch ' and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12 fl.straightedge. B. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall ' be protected from damage at all times. Areas which are damaged during construction shall be repaired at not cost to the Owner; repair of previously existing damage areas will be considered a subsidiary pan of concrete pavement construction. (1) Spell Repair. Spalls shall be repaired where indicated and where directed. Repair • ' materials and procedures shall be as previously specified in subparagraph "Repairing Spalls Along Joints." ' (2) Underbreak Repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition ' of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated, Care shall be taken to produce an even joint fnce from top to bottom. Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface , shall be heavily coaled with curing compound. (3) Underlying Material. The underlying material adjacent to the edge of an under the , existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement which is to remain in place. Any material under the portion of , the concrete pavement to remain in place which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph "Underbreak Repair." The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. , MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. Concrete for pavement will be accepted on , the basis of the compressive strength specified in paragraph 501-3.1. The concrete shall be sampled in • accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM ' C 31 and tested in accordance with ASTM C 39. The Contractor shall provide adequate facilities for the ' . initial curing of cylinders. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F, and loss of moisture from the ' specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather or in heavyweight closed plastic bags, or use other suitable methods, provided the temperature and moisture ' loss requirements are met. The Engineer will make the actual tests on the specimens at no expense to the Contractor. ' Smoothness. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested in both the longitudinal and transverse directions with a 16-foot straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 inch from a 16-foot straightedge at any location, including placement along and spanning any pavement joint or edge. Areas in the slab showing high spots of more than 114 inch but not exceeding 1/2 inch in 16 feet shall be ' marked and immediately ground down with an approved grinding machine to an elevation that falls within the tolerance of 1/4 inch or less. Where the departure from the correct cross section exceeds 1/2 inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. METHOD OF MEASUREMENT ' 501-6.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement as specified in-place, completed and accepted. ' • BASIS OF PAYMENT 501.7.1 PAYMENT. Payment shall be made at the contract unit price per square yards for concrete ' pavement. Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. ' Payment shall be made under: Item MO.501-7.1 Portland Cement Concrete Pavement—per square yd. 1 ITEM MO-610 STRUCTURAL PORTLAND CEMENT CONCRETE • ' DESCRIPTION , 610.1.1 This item shall consist of plain structural Portland cement concrete,prepared and constructed in ' accordance with these specifications,at the locations and of the form and dimensions shown on the plans. The materials and mixture shall meet the requirements of the 2004 Missouri Standard Specification for Highway Construction(MSSHC), Section 501-Concrete. , All construction methods,testing and acceptance criteria shall he in accordance with the standards included within this Item MO-610. ' MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, ' shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Materials shall be stored and handled to insure the preservation , of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. , 610-2.2 MATERIALS. All materials, proportioning, slump, and air-entertainment for Portland cement concrete shall conform to requirements of the 2004 (MSSHC), Section 501, for Class B concrete and • , specifically as follows: A. Item Section Reinforcing Steel for Concrete Structures 1036.1 , Concrete Curing Material 1055 Materials for Joints 1057.1 B. Coarse Aggregate. The ledge stone from which the coarse aggregate will be produced has to , have source approval from the Missouri Department of Transportation (MoDOT). Prior to use of the material, the contractor shall submit the current MoDOT source approval letter to the ' Engineer for the material proposed for use during construction. Source approval granted for"all types of highway construction" (Product Code 1005CACP) constitutes approval for all uses. Source approval granted for "all types except PCCP" (Product Code 1005CACM) comprises , approval for all uses except Portland cement concrete pavement. Source approval obtained for "all types except PCCP & PCCM" (Product Code 1002CAAC) is considered to be approval for all uses except portland cement concrete. The contractor shall submit certified test reports to the Engineer for the gradation of the coarse , aggregate. The certification shall show the appropriate AASHTO test for the material, the test results, and a statement that the material passed or failed. The aggregate shall be sampled and , tested for gradation using the following procedures: I. Sampling Aggregates. Sampling shall be in accordance with AASHTO T 2. ' 2. Sieve Analysis of Fine and Coarse Aggregate. The coarse aggregate shall be • tested in accordance with AASHTO T 27 and meet the applicable gradation ' requirements of the MSSHC, Section 1005.1. •' 3. Material Passing No. 200 Sieve. The portion of material passing the No. 200 sieve shall be tested in accordance with AASHTO T I1 and meet the requirements of the MSSHC, Section 1005.1. ' In lieu of the above gradation testing requirement, the contractor may provide documentation from MoDOT (District Materials Office) indicating that the material meets specification requirements. ' C. Fine Aggregate. Prior to use of material,the contractor shall submit to the Engineer a certification from the supplier that the fine aggregate complies with the specification requirements. The certification statement shall be signed by an authorized representative of the supplier and shall be substantially as follows: "This certifies that the fine aggregate being supplied for this project complies with Section 1005.2 of the 2004 Missouri Standard Specification for Highway Construction." ' D. Material Acceptance. Prior to the use Of all other materials (cement, admixtures, reinforcing steel, etc.) proposed for use during construction, the contractor shall submit to the Engineer the appropriate manufacturer's certification per the 2004 MSSHC indicating that the material meets specification requirements. ' CONSTRUCTION METHODS ' • 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. ' 610-3.2 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 C 31 and tested in accordance with ASTM C39. The concrete shall contain 5.5 percent of entrained air, plus or minus 1.5 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted ' on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. ' Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such ' conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. ' 610.3.4 PROPORTIONING AND MEASURING DEVICES, When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be • measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be ' approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. • ' 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified , in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in ' part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for , immediate use. Concrete shall not be mixed while the air temperature is below 40 F 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 nor more than 100 F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing,and shall replace such work at his/her expense. ' Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the jab shall be in such a manner that batches of concrete will be deposited at ' uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been ' inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line • and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between ' supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities,dents, sags,and boles. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the ' concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall ' be constructed so that they can be reproved without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar , construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on , the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. ' 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, , rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise ' approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of • forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be 1 placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the • mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. ' Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. ' The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where ' segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete,such provisions shall be made for grooves, steps,keys,dovetails, ' reinforcing bars or other devices as may be prescribed.The work shall be arranged so that a section begun on any day shall be finished during daylight of the saute day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy ' steel broom,roughened slightly,wetted,and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such ' • dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined.The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. ' 610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged,uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired ' satisfactorily,the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or ' rough spaces,depressions,or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread ' over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed ' while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. ' 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened • by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days, All curing mats or blankets shall be sufficiently ' weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until • ' removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on , concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete ' shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 F, , the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 and 100 F. , 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 until at least 60%of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any , excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry.The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess ' filler. METHOD OF MEASUREMENT& PAYMENT 6104.1 Portland cement concrete shall be used in chain link fence construction and no direct payment will be made for this item. 1 1 • ITEM MO-209 CRUSHED AGGREGATE BASE COURSE ' DESCRIPTION 209.1.1 This work shall consist of furnishing and placing one or more courses of crushed aggregate base on a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, thicknesses and typical cross sections shown on the plans. Aggregate base shall meet the requirements of the 2004 Missouri Standard Specification for Highway Construction (MSSHC), Section 304 - Aggregate ' Base Course. All construction methods, testing, and acceptance criteria shall be in accordance with the standards included within this Item MO-209. ' MATERIALS 209-2.1 AGGREGATE. All materials for aggregate base shall conform to the requirements of the 2004 (MSSHC), Section 304, for Type 5 Aggregate. The ledge stone from which the aggregate base will be produced has to have source approval from the ' Missouri Department of Transportation (MoDOT). Prior to use of materials, the contractor shall submit the current MoDOT source approval letter to the Engineer for the materials proposed for use during construction. Source approval granted for "all types of highway construction" (Product Code ' 1005CACP) constitutes approval for all uses. Source approval granted for "all types except PCCP" (Product Code 1005CACM) comprises approval for all uses except Portland cement concrete pavement. Source approval obtained for "all types except PCCP & PCCM" (Product Code 1002CAAC) is • considered to be approval for all uses except Portland cement concrete. The contractor shall submit certified test reports to the Engineer for the gradation of the aggregate base. The certification shall show the appropriate AASI4TO test for the material, the test results, and a ' statement that the material passed or failed. The aggregate shall be sampled and tested for gradation using the following procedures: ' 1. Sampling Aggregates. Sampling shall be in accordance with AAS14TO T 2. 2. Sieve Analysis of Pine and Coarse Aggregate. The aggregate shall be tested in accordance with AASHTO T 27 and shall meet the gradation requirements of the MSSI-IC, Section 1007. ' 3. Material Passing No. 200 Sieve. 'file aggregate shall be tested in accordance with AASHTO T 1 I and meet the requirements of the MSSHC, Section 1007. ' In lieu of the above gradation testing requirements, the contractor may provide documentation from MoDOT(District Materials Office) indicating that the material meets specification requirements. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. ' CONSTRUCTION METHODS • 209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations arc started. Any ruts or soft yielding 1 ' I Rev.07/0 1/04 places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the • 1 Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. ' 209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper ' moisture content for compaction. 209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in ' layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer shall be 6 inches. If the total depth of the compacted material is more than 6 inches, it shall be constructed in two or more layers. In multi-layer construction, the base course shall be placed in approximately equal- , depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next ' layer.The surface of the compacted material sliall be kept moist until covered with the next layer. 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed ' aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 1-1/2 ' percentage points above, the optimum moisture content as determined by ASTM 698. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall • ' be accepted for density on a lot basis. A lot will consist crone day's production where it is not expected to exceed 2400 square yards. A lot will consist of one-half day's production where a day's production is expected to consist or between 2400 and 4800 square yards. ' Each lot shall be divided into two equal sublots. One test shall be made for cash sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures ' contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum , density of laboratory specimens prepared from samples of the base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM 698. The in-place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not , attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a , nuclear gage in accordance with ASTM D 2922 using the Direct Transmission Method.The nuclear gage shall be calibrated in accordance with Annex A1. Calibration and operation of the gage shall be in ' accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument. The gage shall be standardized daily in accordance with ASTM D 2922, paragraph 8. Use of AS'rM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be • , used to detcrnine the moisture content of the material. The moisture gage shall he standardized daily in 1 1) Ism 07/01104 ' 1 • METHOD OF MEASUREMENT ' 209-4.1 The quantity of crushed aggregate base course to be paid for will be determined by measurement of the number of square yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications. ' BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per square yard for crushed aggregate base course.This price shall be full compensation for furnishing all materials, for preparing and placing these materials,and for all labor,equipment tools, and incidentals necessary to complete the item. ' Payment will be made under: ' Item MO-209-5.1 [ ] Crushed Aggregate Base Course--per square yard « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « ' The Engineer shall specify the thickness of crushed aggregate base course shown in the plans. « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « « 1 1 • 1 ' 4 acv.ovouo4 1 accordance with ASTM D 3017,paragraph 7. • ' If a nuclear gage is used for density determination,two random readings shall be made for each sublot. , 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by binding or with automated equipment especially designed for this purpose. ' In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 inch or more below grade, lire top layer of base shall be , scarified to a depth of at least 3 inches, new material added, and fire layer shall be blended and recompactcd to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. ' Type 5 aggregate base is intended to provide some drainage and shall not be segregated.Trimmed Type 5 aggregate base may not be reused until it is verified as meeting the required specifications. Rase material ' contaminated to such an extent that it no longer complies with the specifications shall be removed and replaced with satisfactory material at the expense of the contractor. 209-3.7 SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch when ' tested with a 16-foot straightedge applied parallel with or at right angles to the centerline. Any deviation in excess ofthis amount shall be corrected by the Contractor at the Contractor's expense. 209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 ' inch of the design thickness. pour determinations of thickness shall be made for each lot of material • placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into ' four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas of no additional cost ' by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet till ' specification requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and ' provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. if a prime coat is specified in lire contract, the contractor will be required to apply the prime coal on any ' completed portion of the aggregate base as soon as practicable, or as otherwise specified. However, the contractor will not be permitted to apply prime if the moisture in the top 2 inches of the aggregate base ' exceeds the higher of either (1) the average of the optimum moisture as determined by the standard compaction test and the absorption of the plus No. 4 fraction, or(2) two-thirds of the optimum moisture as determined by the standard compaction test. ' At the discretion of the engineer, proof rolling cony be required by a loaded tandem axle truck on top of the aggregate base course to determine the level of stability. If the condition of the aggregate base course is not satisfactory, it should be given more time to curt or be reworked to put it into the proper condition ' for overlay. • 3 acv.07/01/04 ' 1 • TS-200 CAPPING WELLS ' DESCRIPTION 1.1.1 This item shall consist of capping existing wells on the Airfield. The capping of wells shall ' conform to the details in the plans and to the requirements of the Missouri Department of Natural Resources(DNR). The materials and methods shall follow the procedures found in the specifications and outlined by the Rules of the Department of Natural Resources,Division 23 -- Division of Geology and Land Survey, Chapter 3 -Well Construction Code, Section 10 CSR 23- 3. 110—Plugging of Wells. When any conflicts arise between the DNB's requirements and the plans or specifications,the requirements of the DNR shall take precedence. ' MATERIALS ' 2.1 BENTONITE The bentonite used to backf ill the wells shall be a MoDOT approved Hole Plug Bentonite. 2.3 QUALITY TESTS A manufacturer's certification shall be provided showing the bentonite is ' MoDOT approved and meets the requirements. CONTSTRUCTION METHODS ' 3.1.1 The Contractor shall remove any valve or existing pipe that is extruding from the ground above the well and dispose of off site. The Contractor shall then excavate a hole 3' in diameter and 3' deep around the well. The top 3' of well casing shall be cut by a saw and disposed of off-site. The Contractor shall then fill the hole within P of the existing ground surface. After the bentonite cures,the Contractor shall then cover the remaining P with surrounding soil. METHOD OF MEASUREMENT 4.1.1 The quantity of wells that are capped to be measured for payment shall be the number of wells ' capped and completed to the satisfaction of the Resident Engineer. BASIS OF PAYMENT 5.1 Payment shall be made at the contract unit price per each for the Capping Wells. The price shall be full compensation for any pipe or valve removals, saw cutting of the casing,removal and ' disposal of any materials and parts, excavating,backfilling with bentonite and soil,labor, materials,tools, equipment,and all other incidentals necessary to complete this item. ' Payment will be made under: Item SP-4-5.1 Cap Well --per each 1 • TS-I1 CRJSHED STONE DRIVEWAYS: , TS-11.1 Crushed stone driveways shall be constructed in accordance with the details on the Plans • , and with the requirements of the 2004 Missouri Standard Specifications for Highway Construction Section 304 for aggregate base course except that the provisions for measurement and payment , therein shall not apply and except as modified in this section. TS-11.2 Acareaate Tvoe:Type 1 , TS-11.3 The required thickness may be compared in one layer. Required density of compaction shall be not less than ninety(90)percent. ' TS-I J A Where practicable, utilize temporary surfacing material as subbase to improve stability of crushed stone drives and to reduce amount of added material required. TS-11.5 Crushed stone drives shall be carefully graded to drain. TS-11.6 Measurement of crushed stone drives shall be to the nearest 1 square yard. TS-11.7 Payment shall be at the unit price bid including all labor, equipment and materials to construct the driveway complete including subgrade preparation. ' 111 ' ll 1 TS-9 LAWN REPAIR AND SEEDING: • TS-9.1 General: All areas disturbed by the construction shall be seeded or sodded except for ' paved areas. See plans for areas to be sodded. TS-9.2 Bluegrass Soddina: Sod shall be planted in accordance with the following requirements. ' Sod shall be of the best quality and when placed, shall be live fresh growing grass with sufficient soil adhering to the roots. Sod shall be procured from areas where the soil is ' fertile and contains a high percentage of loamy topsoil and from areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall be approved by the Engineer before cutting and harvesting. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event ' shall more than one week elapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded, all shaping and dressing of the ' areas shall have been completed to the satisfaction of the Engineer. Top soil as specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall follow ' immediately. After planting, the sod shall be watered and mowed as required until completion and acceptance of the entire work. No sodding shall be done during the period from June 1 to September 1, unless the planting season is extended by the • engineer. TS-9.3 Seeding: After shaping, placing 4" of topsoil, and dressing of areas to be seeded have ' been approved by the Engineer, a commercial fertilizer, grade 12-24-24, shall be applied at a rate of not less than 350 pounds per acre. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seed shall then be spread at the specified rate by drill, by hand seeder, by brillion seeder, or by other approved seeders. Seeding shall not be done during windy weather, or when the ground is frozen,muddy, or otherwise in a non-tillable condition. ' An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, mowing, and any other operation necessary to provide an acceptable grass cover shall be provided by the contractor at no additional cost to the Owner. ' Seed shall be applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of 60% "Derby" Rye grass, 20%creeping fescue, and 20% Bluegrass. Bluegrass ' may be either Ram 1,Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 tons per acre. ' The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lieu of seeding in any or all areas required to be seeded, ' Protection and Repair: The seeded area shall be free of traffic. If at any time before • acceptance becomes gullied or otherwise damaged, or the seeding has been damaged or destroyed, the affected portion shall be repaired to reestablish the specified condition • , prior to the acceptance of the work. ' TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or manufacturer ' of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with specifically nambd state laws and , regulations. The certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. TS-9.5 Method of Measurement: , TS-9.5.1 Definition of Grading Limit: The term "grading limit" as used in this Article, shall mean ' any of the following: (f) The location of a line determined by the inspection of the cut or fill slopes shown ' on the Plans with the existing surface, plus allowance for rounding at such intersection as shown on the Plans. During the course of the work the Engineer may direct that the grading limit be elsewhere than as determined by the foregoing, and, in such case, the grading limit will be at the location as directed , by the Engineer. (g) For structures placed in excavations and for pipes in trenches, five (5) feet • ' outside a vertical plane through the outermost surfaces of the neat lines of such structures or of the pipes. TS-9.5.2 Seedine:No measurement will be made for this item. ' TS-9.5.3 Soddinc: Measurement will be made of the areas sodded (slope measurement) to the ' nearest square yard. Measurement will not be made beyond a line 2 feet outside the grading limit. TS-9.6 Basis of Payment: ' TS-9.6.1 Seeding Sodding:The amount of completed and accepted work,measured as provided shall be paid for at the contract unit price bid or one lump sum. ' ' • ITEM M0401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of a base course and surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades,thickness', and typical cross sections shown on the plans. Each course shall be constructed to the deptlt,.typical section, or elevation required by the plans ' and shall be rolled, finished, and approved before the placement of the next course. The materials and mixture shall meet the requirements of the 2004 Missouri Standard Specification for Highway Construction(MSSHC), Section 401--Plant Mix Bituminous Base and Pavement. All construction methods,testing,and acceptance criteria shall be in accordance with the standards included within this Item M0401S. ' MATERIALS 401-2.1 'AGGREGATE MATERIALS. Coarse and fine aggregates for plant mix bituminous pavement shall conform to the requirements of the 2004(MSSHC), Section 401. A. Coarse Aggregate. The ledge stone from which the coarse aggregate will be produced has to have source approval from the Missouri Department of Transportation (MoDOT). Prior to use of materials, the contractor shall submit the current MoDOT source approval letter to the Engineer for the materials proposed for use during construction. Source approval granted for"all types of • highway construction" (Product Code 1005CACP) constitutes approval for all uses. Source approval granted for"all types except PCCP"(Product Code 1005CACM)comprises approval for all uses except Portland cement concrete pavement. Source approval obtained for "all types ' except PCCP & PCCM" (Product Code 1002CAAC) is considered to be approval for all uses except Portland cement concrete. B. Fine Aggregate. Prior to use of material, the contractor shall submit to the Engineer a certification from the supplier that the fine aggregate complies with the specification requirements. The certification statement shall be signed by an authorized representative of the supplier and shall be substantially as follows: ' "This certifies that the fine aggregate being supplied for this project complies with Section 1002.3 of the 2004 Missouri Standard Specification for Highway Construction" ' C. Mineral Filler. Prior to use of material, the contractor shall submit to the Engineer a certification from the supplier that the fine aggregate complies with the specification requirements. The certification statement shall be signed by an authorized representative of the supplier and shall be substantially as follows: "This certifies that the mineral filler being supplied for this project complies with Section 1002.4 of the 2004 Missouri Standard Specification for Highway Construction." D. Hydrated Lime. Prior to use of material, the contractor shall submit to the Engineer a ' certification from the supplier that the fine aggregate complies with the specification • requirements. The certification statement shall be signed by an authorized representative of the supplier and shall be substantially as follows: "This certifies that the hydrated lime being supplied for this project complies with Section 1002.5 • , of the 2004 Missouri Standard Specification for Highway Construction." ' The Engineer may request samples for testing,prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401-2.2 BITUMINOUS MATERIAL. Bituminous material shall conform to the requirements of the 2004 MSSHC,Section 401.The grade of the asphalt cement shall be PG 6422. The supplier shall guarantee by certification that bituminous material complies with the specification ' requirements. The supplier shall furnish the truck driver a copy of the bill of lading, manifest or truck ticket that is available to the engineer at destination prior to unloading. The engineer at the source is also ' to be fitmished a copy. The bill of lading, manifest or truck ticket shall show the following information regarding the shipment: type and grade of material, specific gravity at 60 F, net gallons, consignee, truck number, identification number, weight of truck before and after loading, destination, date loaded, name ' and location of the source, and a certification statement. The certification statement shall be signed by an authorized representative of the supplier and shall be substantially as follows: "This certifies that the bituminous material in this shipment complies with MoDOT specifications , for the grade specified and the weights shown hereon were obtained on MoDOT approved scales and are correct within the specified scale requirements." Prior to use of bituminous materials, the contractor shall provide the engineer the above certified bill of lading,manifest or truck ticket for each load to be incorporated into the project. COMPOSITION • ' 401-3.1 JOB MIX FORMULA. At least 30 days prior to placing any mixture on the project, the ' contractor shall submit a mix design for verification and approval by the Engineer. The mixtures shall conform to the requirements of the 2004 MSSHC, Section 401, using the gradation under Base for the base course and under BP-1 for the surface course. ' No mixture will be accepted for use until the engineer approves the job mix formula for the project in writing,The job mix formula for each mixture shall be in effect until modified in writing by the engineer. ' When unsatisfactory results or other conditions occur, or should a source of materials be changed, a new job mix formula may be required. The mix design shall include raw data from the design process and shall contain the following , information: A. Source,grade,and specific gravity of asphalt binder, ' B. Source,type(formation, etc.), ledge number(s)if applicable, and gradation of the aggregate. C. Bulk and apparent specific gravities and absorption of each aggregate fraction in accordance with ' AASHTO T 85 for coarse aggregate and AASHTO T 84 for fine aggregate, including all raw data. ' D. Specific gravity of hydrated lime, mineral filler or baghouse fines, if used, in accordance with • AASHTO T 100. • E. Percentage of each aggregate component. F. Combined gradation of the job mix. G. Percent of asphalt binder,by weight(mass), based on the total mixture. H. Bulk specific gravity(Grab)by AASHTO T 166,Method A of a laboratory compacted mixture. I. Percent air voids(V.)of the laboratory compacted specimen. 1. Voids in the mineral aggregate (VMA) and voids in the mineral aggregate filled with asphalt ' binder(VFA). K. Theoretical maximum specific gravity (Gram) as detemilned by AASHTO T 209 in accordance with MSSHC See 403.193 after the sample has been short-term aged in accordance with ' AASHTO R 30. L. Mixing temperature and molding temperature. ' M. Bulk specific gravity(G b)of the combined aggregate. ' N. Percent chert contained in each aggregate fraction. O. Baghouse fines added far design. ' • (i) Batch and continuous mix plants—Indicate which aggregate fraction to add baghouse percentage during production. ' (ii) Drum mix plants—Provide cold feed settings with and without baghouse percentage. Sampling shall be in accordance with AASHTO T 2, and testing shall be in accordance with AASHTO T 27 and AASHTO T 11. CONSTRUCTION METHODS 4014.1 WEATHER LIMITATIONS. Bituminous mixtures shall not be placed (1) when either the air temperature or the temperature of the surface on which the mixture is to be placed is below 50 F, (2) on any wet or frozen surface, or(3) when weather conditions prevent the proper handling or finishing of the mixture. ' 4014.2 BITUMINOUS MIXING PLANTS. Bituminous mixing plants and preparation of material and mixtures shall conform to the requirements of the 2004 MSSHC Section 404,and as follows: A. Testing Facilities. The contractor shall provide laboratory facilities at the plant for the use of the ' Engineer's acceptance testing and the Contractor's quality control testing, in accordance with paragraph 401-6.2. B. Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at • all times,to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. 1 40I 4.3 HAULING EQUIPMENT, Trucks used for hauling bituminous mixtures shall comply with the , requirements of the 2004 MSSHC Section 404. 4014.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained units, provided with an activated screen or strike-off assembly, heated if necessary, and capable of spreading and finishing ' bituminous mixtures in lane widths applicable to the specified typical sections and thicknesses shown on the plans. The paver shall be equipped with a receiving hopper having sufficient capacity for a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture ' uniformly in front of the screed or strike-off. For screed extensions greater than one foot, the distribution system will be increased accordingly. The screed or strike-off assembly shall be equipped with an automatic control device as required in paragraph 401 4.5,and shall effectively produce a finished surface ' of the required evenness and texture without tearing, shoving or gouging the mixture. When laying mixtures, the paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. ' 4014.5 AUTOMATIC SCREED CONTROL. The use of automatic screed control devices will be required except for paving small irregular areas. The screed of the mechanical spreading and finishing , machine shall be regulated by an automatically controlled grade leveling and slope control device approved by the engineer. The device shall be a standard commercial quality adapted to the type of paver used and shall provide control for producing a uniform surface to the established grade, and a cross slope conforming to the requirements of the typical section. The transverse slope controller shall be capable of ' maintaining the screed at the desired slope within plus or minus 0.1 percent. A. Except as modified above or by the contract, the initial pass of the paver, when placing the first • , continuous layer, shall be made with the sensor following a traveling reference plane not less than 30 feet in length that is an integral part of the paver. If an established grade reference is required by the contract, the engineer will establish the grade and will furnish variable thickness values at ' intervals along the centerline of the roadbed for the use of the contractor in setting a grade reference. Regardless of the method used for placing the first continuous layer, other layers shall be placed by use of a shoe-type sensor or indicator,the traveling reference plane, or by additional ' use of the established grade reference as follows: 1 If the current construction consists of only one bituminous or asphaltic layer, a shoe-type sensor or indicator resting on the adjacent surface may be used for control of subsequent ' passes of the paver for that layer. If more than two adjacent passes of the paver are required to place the material the full width of the riding surface, additional use of the established grade reference or use of the traveling reference may be required, if in the ' judgment of the engineer, satisfactory grade control is not being obtained by the use of the shoe-type sensor. 2 If the current construction consists of two bituminous or asphaltic layers, subsequent , passes of the paver for the first layer and the first pass of the paver for the second layer may be made with the sensor following the traveling reference. The adjacent passes of ' the paver for the second layer shall be made with a shoe-type sensor or indicator resting on the previously placed second layer. If more than two adjacent passes of the paver are required to place the second layer the full width of the riding surface, additional use of ' the established grade reference or the traveling reference may be required, if in the judgment of the engineer, satisfactory grade control is not obtained by the use of the • shoe-type sensor resting on the adjacent surface. ' ' • B. The spreading operation shall be discontinued in the event of failure of the automatic control device except that placement will be permitted of mixtures already produced at the time of the ' failure.The use of the automatic control equipment does not preclude the need for manual control of the screed adjustment for wedging operations over small areas requiring more correction than the maximum thickness permitted for an individual layer of the type of material being placed. 4014.6 ROLLERS. All rollers, vibrators or other equipment used to compact the bituminous mixture shall be in satisfactory working condition. All rollers shall be capable of reversing without backlash, and ' steel wheel rollers shall be equipped with scrapers. Pneumatic tire rollers shall be self-propelled, of the oscillating-type and equipped with smooth tires of equal size, diameter and ply rating, all maintained at the same inflation pressure. The contractor shall furnish evidence regarding tire size, pressure and ' loading. Rollers shall have a system for moistening each wheel or roll. Rollers shall be of a size and used in sufficient numbers to achieve specified compaction. ' The use of equipment which causes excessive crushing of the aggregate will not be permitted. 4014.7 APPLICATION OF TACK. A Tack Coat will be required over all existing pavement to be overlaid and between each lift of the new bituminous concrete pavement unless the preceding lift has ' been protected from all dirt and traffic since its placement. Tack Coat will be placed after cleaning and preparing of the surface is complete. Application rate will ' generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. Tack Coat material shall be RC-70, SS-1,or SS-111 unless otherwise approved by the Engineer. ' • There will be no direct payment for tack coat. This work will be considered subsidiary to the asphaltic concrete pavement or base. ' 4014.8 SPREADING AND FINISHING. The base course, primed or tacked surface, or preceding course or layer shall be cleaned of all dirt, packed soil or other foreign material prior to spreading the asphalt mixture. The rate of delivery of the mixture to the paver shall be coordinated so as to provide, ' where practicable, a uniform rate of placement without intennittent operation of the paver. Adequate artificial lighting shall be provided for night placements. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric ' temperature. The mixture shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 260 F and be within 25 F of that specified ' by the engineer.If lumps are present or a crust of mixture has formed,the entire load shall be rejected. Upon arrival,the mixture shall be placed to the full width by a bituminous paver.It shall be struck off in a ' uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin ' along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. The longitudinal joint in one course shall offset the ' longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of the pavement.Transverse joints in one course shall be offset by at least • 10 feet from transverse joints in the previous course. 1 Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. • ' On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and , finishing equipment impractical,the mixture may be spread and luted by hand tools. 4014.9 COMPACTION. After the asphaltic mixture has been spread, struck off and surface ' irregularities adjusted, it shall be thoroughly and uniformly compacted by rolling. Rolling shall begin as soon after spreading the mixture as it will bear the weight of the roller without undue displacement. The type and number of rollers furnished shall be sufficient to obtain the required compaction while the ' mixture is in a workable condition. A pneumatic lire roller shall be used as the initial or intermediate roller on any course placed as a wedge or leveling course. All rolling shall be completed prior to the surface temperature of the mixture decreasing to 175 F. ' A dual drum vibratory roller of a type specifically designed for the compaction of asphaltic mixtures may be used for initial rolling. A dual drum vibratory roller meeting the requirements for the steel wheel roller ' and operating in the static mode may be used as the finish roller. Except for projects involving small quantities of mixture, a single vibratory roller shall not be used as both the initial roller and final roller. The roller shall be equipped with a dual amplitude system and shall have a minimum frequency of 1500 vibrations per minute. The roller shall also be equipped with a speedometer than accurately indicates ' roller speed in maximum increments of either 112 mile per hour or 50 feet per minute. The roller controls shall include a device that prevents the roller from traveling in excess of 2-1/2 miles per hour when the roller is in a vibratory mode. If satisfactory compaction is not being obtained, the contractor shall cease ' using the vibratory roller. Rollers shall move at a slow but uniform speed with the drive roll or wheels nearest the paver. Rolling • ' shall begin at the sides and proceed longitudinally parallel to the road center line, each trip overlapping one half the roller width, gradually progressing to the crown of the road. Compaction of the longitudinal joint should be accomplished first by rolling from the hot side of the layer with the roller wheels lapping ' approximately 6 in. over on the cold mat. Alternate trips of the roller shall be terminated in steps to prevent the formation of surface irregularities. The alternate stops shall be spaced in such manner than any excess water will drain quickly. Lateral or diagonal rolling may be permitted to remove high spots, , provided the rolling is done in such manner and at such time that shoving or cracking will not result. Any displacement occurring as a result of starting, slopping or changing direction of a roller, or from other causes, shall be avoided. Areas of displacement shall be corrected at once by the use of rakes and ' addition of fresh mixture when required. Care shall be exercised in rolling not to displace the line and grade of the edges of the bituminous mixture. If necessary to prevent adhesion of the mixture to the rollers, the wheels and rolls shall be kept properly moistened with water or water mixed with very small , quantities of detergent or other approved material. Excess liquid will not be permitted. Diesel fuel, fuel oil or other detrimental products shall not be used as wetting agents. Rolling shall be continued until all roller marks are eliminated. ' Any mixture that becomes loose and broken,mixed with dirt,or is in any way defective shall be removed and replaced with fresh, hot mixture, which shall be compacted to conform with die surrounding area. ' Any area showing an excess or deficiency of asphalt cement shall be removed and replaced. 401-4.10 JOINTS. Transverse joints shall be formed by any method that will produce a dense, vertical ' section for use when laying is resumed.The joint formed when the fresh mixture is placed shall be dense, well sealed, and the grade, line and surface texture of the succeeding surface shall conform to that of the • joined surface, If deemed necessary by the engineer, the transverse joint shall be painted with a light coating of asphaltic material. Hand manipulation of the mixture is to be minimized to avoid unsightly i ' surface texture. Placing of bituminous mixture shall be as nearly continuous as possible and the roller • shall not pass over the unprotected end unless laying of additional mixture is to be delayed for sufficient time to pennit the mixture to become chilled. Longitudinal joints shall be formed by the use of an edging plate fixed on both sides of the finishing machine. These plates shall be adjustable and the outside plate shall be set at an angle of approximately ' 45 degrees with the surface of the runway and in a position that will lightly compact the mixture. The inside plate, or that placing material for the longitudinal joint, shall be normal to the runway. When placing the first lane,if the mixture at the longitudinal joint tends to slump, it shall be set up to a vertical edge by light compaction with the back of a rake. During the construction of a longitudinal joint, the edging plate of the paver should overlap the previously placed lane by no more than 1 1/2 in. Any increase in the amount of overlap beyond this distance will provide excess material that will need to be raked off of the joint.The thickness of the new mix should be 114 in./in. higher than the compacted mix. Minimal or no raking of the longitudinal joint should be necessary if the amount of overlay of the paver screed on the adjacent lane is 1 1/2 in. or less. If raking is done, the raker should not broadcast the mix ' across the newly placed mix. The excess material should only be pushed I in. or 2 in. toward the longitudinal joint location and be deposited just on the uncompacted side of the joint. If it is deemed necessary by the engineer in properly sealing the longitudinal joint, a light coating of bituminous material ' shall be applied to the exposed edge before the joint is made. Irregularities in the outside edge alignment shall be corrected by removing or adding mixture before the surface is compacted, MATERIAL ACCEPTANCE ' 4014.1 ACCEPTANCE CRITERIA. Acceptance by the Engineer will be based on the following characteristics of the completed pavement; ' • 1. Compaction. Base course and surface coarse shall be compacted to 94% of the Theoretical Maximum Specific Gravity (Gmm). The Contractor shall verify compliance of compaction requirements by use of an approved non-destructive test method. The test shall be preformed at the beginning of each day's operation to verify rolling pattems. ' If deem necessary by the Engineer, the Contractor shall obtain cores for testing as specified below and deliver them to the Engineer for density testing. The Engineer will contract for testing of the sample by an approved independent testing firm at his expense. 2. Thickness. Two cores for thickness shall be taken from each lift and two for the total pavement thickness and shall be evaluated for compliance by the engineer to die requirements shown on the plans. Core locations will be determined by the Engineer on a ' random basis in accordance with procedures contained in ASTM D3665. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be ' hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The minimum diameter shall be two inches. The contractor shall furnish all tools,labor,and material for cutting samples and filling the cored pavement.Cored holes ' shall be filled in a manner acceptable to the Engineer. 3. Smoothness. The finished surfaces of the pavement shall not vary more than 114 inch for the surface course. Each lot shall be evaluated with a 12-foot straightedge. The lot size ' shall be 2,000 square yards. Measurements will be made perpendicular to the centerline • at distances not to exceed 50 feel. When 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area and replace 1 with new material, Sufficient material shall be removed to allow at least two inches of • t asphalt concrete to be placed. Skin patching shall not be permitted. Isolated grinding of ' high points may be permitted in lieu of removal and replacement provided the total area of the high point is less than 15 square yards. 4. Grade. The finished surface of the pavement shall not vary from the grade line ' elevations and cross sections shown on the plans by more than % inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and transversely to determine the elevation of the completed pavement. , The lot size shall be 2,000 square yards. When more than 15 percent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be ' removed to allow at least two inches of asphalt concrete to be placed. Skin patching for correcting low areas shall not be permitted. Isolated grinding of high points may be permitted in lieu of removal and replacement provided the total area of the high point is ' less than 15 square yards. METHOD OF MEASUREMENT ' 401-5.1 MEASUREMENT. The weight of the mixture will be determined from the batch weights if a batch-type plant is used, and will be determined by weighing each truckload on scales conforming to the requirements of the 2004 MSSHC Section 310.4.3 if other types of plants are used. ' Measurement of asphalt cement , to the nearest 0.1 ton for the total tonnage used in the accepted work, will be determined by the use of the job-mix formula applied to the weight of accepted mixture of mineral • , aggregate and asphalt cement, Measurement of the weight of mineral aggregate,to the nearest ton, will be determined by subtracting the , weight of the asphalt cement from the weight of the mixed mineral aggregate and asphalt cement. BASIS OF PAYMENT , 401-6.1 PAYMENT. Payment for accepted base course and surface course shall be made at the contract unit price included in the contract. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals ' necessary to complete the item. Payment will be made under: Item M0401-6.1 Base Course-per ton ' Item M0401-6.2 Surface Course-per ton ' ' • APPENDIX 1 1 1 • ' .74- ' U,S, Department Advisory of Transportation Fedoras Aviation Circular Administration 1 ' Subject:OPERATIONAL SAFETY ON AIRPORTS Date: 1/17103 AC No: 150/5370-2E DURING CONSTRUCTION Initiated by: AAS-300 Cbsuge: ' 1. THE PURPOSE OF THIS ADVISORY 4. WHO THIS AC AFFECTS. ' CIRCULAR(AC). This AC assists airport operators in complying with 14 Aviation safety is the primary consideration at airports, Code of Federal Regulations(CFR),part 139, especially during construction.This AC sets forth Certification and Operation:Land Airports Serving guidelines for operational safety on airports during Certain Air Carriers,and with the requirements of construction.It contains major changes to the following airport construction projects receiving funds under the • areas;"Runway Safety Area,"paragraph 3.2;"Taxiway Airport Improvement Program or from the Passenger Safety Arens/Object-Free Areas,"paragraph 3.3; Facility Charge Program. While the FAA does not "Overview,"paragraph 34;"Marking Guidelines for require noncertificated airports without grant Temporary Threshold,"paragraph 3-5;and"Hazard agreements to adhere to these guidelines,we ' Marking and Lighting,"paragraph 3-9. recommend that they do so as it will help these airports maintain a desirable level of operational safety during 2, WHAT THIS AC CANCELS. construction, This AC cancels AC 150/5370-2D,Operations/SafeO S. ADDITIONAL BACKGROUND on Airports During Construction, dated May 31,2002. INFORMATION. ' 3, READING MATERIAL RELATED TO THIS Appendix 2 contains definitions of terms used in this AC. AC. Appendix 3 provides airport operators with ' boilerplate format and language for developing a safety Appendix 1 contains a list of reading materials on plan for an airport construction project. Appendix 4 is a sample Notice to Airmen form. airport construction,design,and potential safely ' hazards during construction,as well as instructions for ordering these documents. Many of them,including 6, HAZARD LIGHTING IMPLEMENTATION this AC,are available on the Federal Aviation TIMELINE. Administration(FAA)Web site. ' Supplemental hazard lighting must be red in color by October 1,2004, See paragraph 3.9 for more ' information. DAVID L.BENNETT ' Director,Office of Airport Safety and Standards 1 CONTENTS • ' Paragraph Paae CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES...............................................A1 ' 1-1. Overview...............................................................................................................................................................Al 1-2. Who Is Responsible for Safety During Construction.............................................................................................Al CHAPTER2. SAFETY PLANS..............................................................................................................................A3 Section 1. Basic Safety Plan Considerations....................................................................................................A3 ' 2-1. Overview. ..............................................................................................................................................................A3 2-2. Safety Plan Checklist.............................................................................................................................................A3 Section 2. Safety and Security Measures..........................................................................................................A4 2-3. Overview. ..............................................................................................................................................................A5 2.4. Vehicle Operation and Marking and Pedestrian Control.......................................................................................A5 2-5. Construction Employee Parking Areas..................................................................................................................A5 2-6. Construction Vehicle Equipment Parking. ............................................................................................................A5 2-7. Radio Communication Training............................................................................................................................A6 2-8. Fencing and Gates..................................................................................................................................................A6 ' Section 3, Notification of Construction Activities .,,••„•'•,•,•,•„.•.,.•.,,,.,,,,,.••••,,,,,,,•.,.,•,•,..I'.••,,.••,..•.•••,.••,,,•,•.,,,•.,•,AS 2-9. General. ................ .A6 2-10. Assuring Prompt Notifications..............................................................................................................................A6 2-11. Notices to Airmen(NOTAMs)..............................................................................................................................A6 2-12. Aircraft Rescue and Fire Fighting(ARFF)Notification........................................................................................ ......................A6 2-13. Notification to the FAA............................................... A7 2-14. Work Scheduling and Accomplishment................................................................................................................A7 ' CHAPTER 3. SAFETY STANDARDS AND GUIDELINES...................................................................................AB ' Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas....................AS 3-1. Overview...............................................................................................................................................................A8 3-2. Runway Safety Area(RSA)/Obstacle-Free Zone(OFZ).......................................................................................A8 3-3. Taxiway Safety Arens/Object-Free Areas...................................................................................................A9 Section 2. Temporary Runway Thresholds. .A9 34. Overview. . .............. ... .........................................,....,......,.........,...................................A9 3-5. Marking Guidelines for Temporary Threshold......................................................................................................A9 3.6. Lighting Guidelines for Temporary Threshold....................................................................................................AIO Section 3, Other Construction Marking and Lighting Activities....................................................................Al All 3-7. Overview.............................................................................................................................................................All 3.8. Closed Runway and Taxiway Marking and Lighting............................... .........,............,...,.Al All 3.9. Hazard Marking and Lighting.. . .. ............................................................................................Al All ' 3-10. Construction Near Navigational Aids(NAVAIDs).............................................................................................Al2 3-11. Construction Site Access and Haul Roads...........................................................................................................Al2 3-12. Construction Material Stockpiling.......................................................................................................................A13 ' 3-13. Other Limitations on Construction......................................................................................................................A13 3-14. Foreign Object Debris(FOD)Management........................................................................................................A13 • Section 4. Safety Hazards and Impacts............................................................................................................A13 3-15. Overview. ............................................................................................................................................................A13 ' Aill Appendices ...................................................AA-1 ' APPENDIX 1. RELATED READING MATERIAL............................................. • APPENDIX2. DEFINITIONS OF TERMS USED IN THE AC................................................................................AA-2 , APPENDIX3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE...........................................................AA-3 ' APPENDIX4. SAMPLE NOTAM.........................................................................................................................AA-7 1 1 1 1 Alv , CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ' • other methods,as appropriate. Convene a meeting for 1-1. OVERVIEW. review and discussion if necessary. (7) Ensure that construction personnel know 'Hazardous practices and marginal conditions created by of those their work any applicable airport procedures and of changes to construction activities can decrease or jeopardize operational safety on airports, To minimize disruption of th°se procedures that may a normal aircraft operations and to avoid situations that (8) Ensure that construction contractors and ' compromise the airport's operational safety,the airport subcontractors undergo training required by the safety operator must carefully plan,schedule,and coordinate plan construction activities. While the guidance in this AC is primarily used for construction operations,some of the (9) Develop and/or coordinate a construction methods and procedures described may also enhance day- vehicle plan with airport tenants,the airport traffic control to-day maintenance operations. tower(ATCT),and construction contractors, include the vehicle plan in the safety plan. See Chapter 2,section 2, 1-2. WHO IS RESPONSIBLE FOR SAFETY of this AC for additional information DURING CONSTRUCTION. (10) Ensure tenants and contractors comply ' A with standards and procedures for vehicle lighting, An airport operator has overall responsibility for marking,access,operation,and communication. construction activities on an airport, This includes the predesign,design,preconstruction,construction,and inspection phases, Additional information on these (11) At certificated airports,ensure that each responsibilities' tenant's construction safety plan is consistent with 14 can be found throughout this AC. CFR part 139,Certification and Operations;Land a. Airport operator's responsibilities— Airports Serving Certain Air Carriers. • (1) Develop internally or approve a (12) Conduct frequent inspections to ensure construction safety plop developed r an outside construction contractors and tenants comply with the ' safety plan and that altered construction activities do not consultant/contractor that complies with the safety create potential safety hazards, guidelines in Chapter 2,"Safety Plans,"and Appendix 3, "Airport Construction Safety Planning Guide,"of this AC. (13) Resolve safety deficiencies immediately. ' (2) Require contractors to submit plans (14) Ensure construction access complies with indicating how they intend to comply with the safety the security requirements of 49 CFR part 1542,Airport requirements of the project. Security. (3) Convene a meeting with the construction (15) Notify appropriate parties when contractor,consultant,airport employees,and,if conditions exist that invoke provisions of the safety plan ' appropriate,tenant sponsor to review and discuss project (e.g.,implementation of low-visibility operations). safety before beginning construction activity, b. Construction contractor's responsibilities- ' (4) Ensure contact information is accurate for (1) Submit plans to the airport operator on each representative/point of contact identified in the how to comply with the safety requirements of the safety plan. project. ' (5) Hold weekly or,if necessary,daily safety meetings to coordinate activities, plan (2) Have available a copy of the project safety ' (6) Notify users,especially aircraft rescue and (3) Comply with die safety plan associated fire fight(6)(ARFF)personnel,of construction activity with the construction project and ensure that construction • and conditions that may adversely affect die operational Personnel are familiar with safety procedures and safety of the airport via Notices to Airmen(NOTAMs)or ' regulations on the airport. ' Al (4) Provide a point of contact who will c, Tenant's responsibilities If planning , coordinate an immediate response to correct any construction activities an leased property- construction-related activity that may adversely affect the • operational safety of the airport. (1) Develop a safety plan,and submit it to the airport operator for approval prior to issuance of a Notice ' (5) Provide a safety officer/construction to Proceed. inspector familiar with airport safety to monitor construction activities. (2) Provide a point of contact who will ' coordinate an immediate response to correct any (6) Restrict movement of construction construction-related activity that may adversely affect the vehicles to construction areas by flagging and barricading, operational safety of the airport. erecting temporary fencing,or providing escorts,as ' appropriate. (3) Ensure drat no tenant or construction employees,employees of subcontractors or suppliers,or (7) Ensure that no construction employees, any other persons enter any part of the AOA from the ' employees of subcontractors or suppliers,or other persons construction site unless authorized. enter any part of the air operations areas(AOAs)from the construction site unless authorized. (4) Restrict movement of construction vehicles to construction areas by flagging and barricading , or erecting temporary fencing. A2 ' ! • CHAPTER 2. SAFETY PLANS ! Section 1. Basle Safety Plan Considerations ! 2-1. OVERVIEW. e. Marking and lighting plan illustrations. ! Airport operators should coordinate safety issues with the f. Methods of coordinating significant changes in air carriers,FAA Airway Facilities,and other airport airport operations with all the appropriate parties. tenants before the design phase of the project. The airport operator should identify project safety concerns, ! requirements,and impacts before making arrangements with contractors and other personnel to perform work on an airport. These safety concerns will serve as the ! foundation for the construction safety plan and help maintain a high level of aviation safety during the project. The airport operator should determine the level of ! complexity of the safety plan that is necessary for each construction project and its phases. The safety plan may be detailed in the specifications included in the invitation ! for bids,or the invitation for bid may specify that the contractor develop the safety plan and the airport operator approve it. In the latter case,the invitation for bid should contain sufficient information to allow the contractor to ! • develop and determine the costs associated with the safety plan. In either case,safety plan costs should be incorporated into the total cost of the project. The airport ' operator has final approval authority and responsibility for all safety plans. Coordination will vary from formal predesign conferences ! to informal contacts throughout the duration of the construction project. ! Details of a specified safety plan,or requirements for a contractor-developed safety plan,should be discussed at the predesign and preconstruction conferences and should include the following,as appropriate: ! s. Actions necessary before starting concoction, including defining and assigning responsibilities. ! b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the ! contractor's personnel. c. Means of separating construction areas from ! aeronaudcal-use areas. • d. Navigational aid(NAVAID)requirements and ! weather. ! A3 2-2. SAFETY PLAN CHECKLIST. m. Trenches and excavations and cover requirements. ' To the extent applicable,the safety plan should address • the following: n. Procedures for notifying ARFF personnel if water lines or fire hydrants must be deactivated or if , a. Scope of work to be performed,including emergency access routes must be rerouted or blocked, proposed duration of work. o. Emergency notification procedures for medical b. Runway and taxiway marking and lighting. and police response. c. Procedures for protecting all runway and taxiway p• Use of temporary visual aids. , safety areas,obstacle-Gee zones(OFZs),object-free areas (OFAs),and threshold citing criteria outlined in AC q. Wildlife management. 15015300-13,Airport Design, and as described in this AC. ' This includes limitations on equipment height and stockpiled material. r. Foreign object debris(FOD)control provisions. d. Areas and operations affected by the s. Hazardous materials(HAZMAT)management. i construction activity,including possible safety problems. t. NOTAM issuance. ' e. NAVAIDs that could be affected,especially critical area boundaries. u. Inspection requirements. L Methods of separating vehicle and pedestrian v. Procedures for locating and protecting existing construction traffic from the airport movement areas. underground utilities,cables,wires,pipelines,and other This may include fencing off construction areas to keep underground facilities in excavation areas. • , equipment operators in restricted areas in which they are authorized to operate. Fencing,or some other form of restrictive barrier,is an operational necessity in some w. Procedures for contacting responsible cases. representatives/points of contact for all involved parties. , This should include off duty contact information so an immediate response may be coordinated to correct any g. Procedures and equipment,such as barricades construction-related activity that could adversely affect (identify type),to delineate closed construction areas from the operational safety of the airport. Particular care ' the airport operational areas,as necessary, should be taken to ensure that appropriate Airways Facilities personnel are identified in the event that an h. Limitations on construction, unanticipated utility outage or cable cut occurs that ' impacts FAA NAVAIDs, 1. Required compliance of contractor personnel x. Vehicle operator training. ' with all airport safety and security measures, J. Location of stockpiled construction materials, y Penalty provisions for noncompliance with construction site parking,and access and haul roads, airport rules and regulations and the safety plan(e.g.,if a ' vehicle is involved in a runway incursion), k. Radio communications. z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan , I. Vehicle identification. to be activated(c,g.,low-visibility operations, snow removal). Section 2. Safety and Security Measures • ' A4 ' 1 d. Penalties for noncompliance with driving rules 2-3. OVERVIEW. and regulations. . e. Training requirements for vehicle drivers to ' Airport operators are responsible for closely monitoring tenant and construction contractor activity during the rules a s vehicle compliance with the airport operator rules construction project to ensure continual compliance with r and regulations. all safety and security requirements. Airports subject to f. Provisions for radio communication training for ' 49 CFR part 1542,Airport Security,must meet standards construction contractor personnel engaged in construction for access control,movement of ground vehicles,and activities around aircraft movement areas. Some drivers, identification of construction contractor and tenant such as construction drivers under escort,may not require ' personnel. In addition,airport operators should use safety this training. program standards,as described in Chapter 3 of this AC, to develop specific safety measures to which tenants and g. Escort procedures for construction vehicles construction contractors must adhere throughout Ere requiring access to aircraft movement areas. A vehicle in ' duration of construction activities. the movement area must have a working aviation-band, General safety provisions are contained in AC two-way radio unless it is under escort. Vehicles can be 15015370-10,Standards for Specifying Constuction of in closed areas without a radio if the closed area is ' Airports,paragraphs 40-05,"Maintenance of Traffic"; properly marked and lighted prevent incursions and a 70-08,"Barricades,Warning Signs,and Hazard NOTAM regarding the closurre e is issued. Markings";and 80.04,"Limitation of Operations."At any h. Monitoring procedures to ensure that vehicle time during construction,airerift operations,weather, drivers are in compliance with the construction vehicle security,or local airport rules may dictate more stringent plan safety measures. The airport operator should ensure that both general and specific safety requirements are 1, procedures for,if appropriate,personnel to coordinated with airport tenants and ATCT personnel. control access through gates and fencing or across aircraft The airport operator should also include these parties in the coordination of all bid documents,construction plans, movement areas. ' • and specifications for on-airport construction projects. 2-5. CONSTRUCTION EMPLOYEE PARKING 24. VEHICLE OPERATION AND MARKING AREAS. ' AND PEDESTRIAN CONTROL. Designate in advance vehicle parking areas for contractor Vehicle and pedestrian access routes for airport employees to prevent any unauthorized entry of persons ' construction projects must be controlled to prevent or vehicles onto the airport movement area. These areas inadvertent or unauthorized entry of persons,vehicles,or should provide reasonable contractor employee access to animals onto the AOA. This includes aircraft movement the job site. and nonmovement areas, The airport operator should develop and coordinate a construction vehicle plan with 2-6. CONSTRUCTION VEHICLE EQUIPMENT airport tenants,contractors,and the ATCT. The safety PARKING. plan or invitation for bid should include specific vehicle and pedestrian requirements. ' Construction employees must park and service all The vehicle plan should contain die following items: construction vehicles in an area designated by the airport operator outside the runway safety areas acid OFZs and ' a. Airport operator's rules and regulations for never on a closed taxiway or runway. Employees should vehicle marking,lighting,and operation. also park construction vehicles outside the OFA when not in use by construction personnel(e.g.,overnight,on b. Requirements for marking and identifying weekends,or during other periods when construction is vehicles in accordance with AC 15015210-5,Painting, not active). Parking areas must not s or runways the clear lino Marling, and Lighting of Vehicles Used on an Airport, air sigh by the ATCT to any taxiways or runways under nt trnflic control nor obstruct any runway visual aids, ' c. Description of proper vehicle operations on signs,or navigational aids. The FAA must also study movement and nonmovement areas under normal,lost those areas to determine effects p ce CFR part se • communications,and emergency conditions. paragraph Affecting f Navigable Airspace,surfaces(see paragraph_ 13 far further information). AS 2-7. RADIO COMMUNICATION TRAINING. Even though radio communication is maintained,escort ' vehicle drivers must also familiarize themselves with The airport operator must ensure that tenant and ATCT light gun signals in the event of radio failure(see • the FAA safety placard"Ground Vehicle Guide to Airport construction contractor personnel engaged in activities Signs and Markings"). This safety placard maybe ' involving unescorted operation on aircraft movement ordered through the Runway Safely Program Web site at areas observe the proper procedures for communications, including using appropriate radio frequencies at airports Airports Division Offic or obtained from the Regional with and without ATCTs. Training of contractors on Airports Division Office. ' proper communication procedures is essential for maintaining airport operational safety. When operating 2-8. FENCING AND GATES. vehicles on or near open runways or taxiways, , construction personnel must understand the critical importance of maintaining radio contact with airport Airport operators and contractors must take care to operations,ATCT,or the Common Traffic Advisory maintain a high level of safety and security during Frequency,which may include UNICOM,MULTICOM, construction when access points are created in the security ' or one of the FAA Flight Service Stations(FSS),as fencing to permit the passage of construction vehicles or directed by airport management. personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by Vehicular traffic crossing active movement areas must be animals and people(especially minors). Procedures ' controlled either by two-way radio with the ATCT,escort, should be in place to ensure that only authorized persons flagman,signal light,or other means appropriate for the and vehicles have access to the AOA and to prohibit particular airport. Vehicle drivers must confirm by "piggybacking"behind another person or vehicle. The personal observation that no aircraft is approaching their Department of Transportation(DOT)document position when given clearance to cross a runway. In DOT/FAA/AR-00/52,Recommended Security Guidelines addition,it is the responsibility of the escort vehicle driver for Airport Planning and Construction,provides more to verify the movement/position of all escorted vehicles at specific information on fencing. A copy of this document ' any given time, can be obtained from the Airport Consultants Council, Airports Council International,or American Association of Airport Executives. • ' Section 3.Notification of Construction Activities control center. Refer to AC 150/5200-28,Notices to ' 2-9. GENERAL. Airmen(7VOTAA4s)jor Airport Operators, and Appendix 4 in this AC for a sample NOTAM form. Only the FAA ' In order to maintain the desired levels of operational may issue or cancel NOTAMs on shutdown or irregular safety on airports during construction activities,tire safety operation of FAA-owned facilities. Only the airport operator plan should contain the notification actions described authorized representative may issue or below. cancel NOTAMs Ms on airport conditions, (The airport , owner/operator is the only entity that can close or open a 2-10. ENSURING PROMPT NOTIFICATIONS, runway.) The airport operator must file and maintain this list of authorized representatives with the FSS. Any ' The airport operator should establish and follow person having reason to believe that a NOTAM is missing,incomplete,or inaccurate must notify the airport procedures for the immediate notification of airport users operator. and the FAA of any conditions adversely affecting the ' operational safety of an airport. 2-12, AIRCRAFT RESCUE AND FIRE 2-11. NOTICES TO AIRMEN(NOTAMS). FIGHTING(ARFF)NOTIFICATION. The airport operator must provide information on closed The safety plan must provide procedures for notifying ' or hazardous conditions on airport movement areas to die e m rg personnel,mutual aid providers,and other FSS so it can issue a NOTAM. The airport operator must emergency services if construction requires shutting off or , coordinate the issuance,maintenance,and cancellation of otherwise disrupting any water line or fire hydrant it the airport or adjoining areas and if contractors work with • NOTAMs about airport conditions resulting from hazardous material on the airfield. Notification construction activities with tenants and the local air traffic procedures must also be developed for notifying ARFF ' facility(control tower,approach control,or air traffic A6 ' 1 and all other emergency personnel when the work Construction or Alteration of Objects that May Affect Are r performed will close or affect any emergency routes. Navigable Airspace.) Likewise,the procedures must address appropriate • notifications when services are restored. If construction operations require a shutdown of an airport r owned NAVAID from service for more than 24 hours or 2-13. NOTIFICATION TO THE FAA. in excess of 4 hours daily on consecutive days,we recommend a 45-day minimum notice prior to facility shutdown. Coordinate work for a FAA owned NAVAID r For certain airport projects, 14 CFR part 77 requires shutdown with the local FAA Airways Facilities Office. notification to the FAA. In addition to applications made In addition,procedures that address unanticipated utility for Federally funded construction, 14 CFR part 157, outages and cable cuts that could impact FAA NAVAIDs r Notice of Construction,Alteration,Activation,and must be addressed. Deactivation of Airports,requires that the airport operator notify the FAA in writing whenever a non-Federally 2-14. WORK SCHEDULING AND funded project involves the construction of a new airport; ACCOMPLISHMENT. r the construction,realigning,altering,activating,or abandoning of a runway,landing strip,or associated taxiway;or the deactivation or abandoning of an entire Airport operators—or tenants having construction on their airport. Notification involves submitting FAA Form leased properties—should use predesign,prebid,and 7480.1,Notice of Landing Area Proposal,to the nearest preconstruction conferences to introduce the subject of FAA Regional Airports Division Office or Airports airport operational safety during construction(see AC District Office. 150/5300.9,Predesign,Prebid, and Preconstruction r Conferencesfor Airport Grant Projects). The airport Also,any person proposing any kind of construction or operator,tenants,and construction contractors should alteration of objects that affect navigable airspace,as integrate operational safety requirements into their r defined in 14 CFR part 77 must notify the FAA. This planning and work schedules as early as practical. includes construction equipment and proposed parking Operational safety should be a standing agenda item for areas for this equipment(i.e.,cranes,graders,etc.). FAA discussion during progress meetings throughout the Form 7460-1,Notice of Proposed Construction or project. The contractor and airport operator should carry r . Alteration,can be used for this purpose and submitted to out onsite inspections throughout the project and the FAA Regional Airports Division Office or Airports immediately remedy any deficiencies,whether caused by District Office. (See AC 7017460.2,Proposed negligence,oversight,or project scope change. r r r r r r � r rA7 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES • ' Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas ' distance equal to that which existed before construction ' 3-1. OVERVIEW. activity,unless the runway is closed or restricted to aircraft operations for which the reduced RSA is adequate Airport operators must use these safety guidelines when (sec AC 150/5300.13). The temporary use of declared ' distances and/or partial runway closures may help provide preparing plans and specifications for construction activities in areas that may interfere with aircraft the necessary RSA. operations. The safety plan should recognize and address In addition,all personnel,materials,and/or equipment ' these standards for each airport construction project. must remain clear of the applicable threshold siting However,the safety plan must reflect the specific needs surfaces,as defined in Appendix 2,"Threshold Siting of a particular project,and for this reason,these safety i guidelines should not be incorporated verbatim into Requirements, of AC 150/5300-13. Consult with the ' project specifications. For additional guidance on Airpoprmc FAA Regional Airports Division Office or meeting safety and security requirements,refer to the Airports District Office to determine the appropriate planning guide template included in Appendix 3 of this approach surface required, AC. (2) Personnel,material,and/or equipment must not penetrate the OFZ,as defined in AC 150/5300- 3-2. RUNWAY SAFETY AREA(RSA)/ 13. OBSTACLE-FREE ZONE(OFZ). ' (3) The safety plan must provide procedures A runway safety area is the defined surface surrounding for ensuring adequate distance for blast protection,if required by operational considerations. 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 (4) The airport operator must coordinate Division O cons 15015300-13,Airport Design). Construction and the FAA Regional Airports ction activities construction n activity in this portion rt the RSA with the ' within the standard RSA are subject to the following Office or conditions: appropriate Airports District Office and issue a local NOTAM. a. Runway edges. c. Excavations. ' (1) No construction may occur closer than (1) Construction contractors must 200 feet(60m)from the runway centerline unless the runway is closed or restricted to aircraft prominently mark open trenches and excavations at thaircraft operations, construction site with red or orange flags,its approved by requiring an RSA that is equal to the RSA width available the airport operator,and light them with red lights during during construction,or 400 feet,whichever is less(see hours of restricted visibility or darkness, ' AC 150/5300-13,Tables 3.1 through 3-3). (2) Personnel,material,and/or equipment (2) Open trenches or excavations are not must not penetrate the OFZ,as defined in AC 15015300- permitted within 200 feet(60m)of the runway centerline ' 13, and at)east the existing RSA distance from the runway threshold while the runway is open. If the runway must (3) The airport operator must coordinate the , construction activity in the RSA as permitted above with the ATCT and the FAA Regional Airports Division 'if a full safey area cannot be obtained through declared Office or appropriate Airports District Office and issue a distances and panial closures,or other methods such as alternate local NOTAM. runway use,construction activity may operate in the RSA w ' long as conditions cited in paragraph 3d b(2)thru(4)are met.In b. Runway antic. addition,various surfaces outlined in AC 150/5300.13 and • Terminal Instrument Procedures(TERPS)must be protected , (1) An RSA must be maintained of such through an aeronautical study. dimensions that it extends beyond the end of the runway a A8 ' be opened before excavations arc backfrlled,cover the (3) Marking and lighting meeting the excavations appropriately. Coverings for open trenches provisions of paragraph 3-9 are implemented. • or excavations must be of sufficient strength to support the weight of the heaviest aircraft operating on the (4) Adequate clearance is maintained between ' runway, equipment and materials and any part of an aircraft. If such clearance can only be maintained if an aircraft does 3-3. TAXIWAY SAFETY AREAS/OBJECT- not have full use of the entire taxiway width(with its FREE AREAS. main landing gear at the edge of the pavement),then it will be necessary to move personnel and equipment for a. Unrestricted construction activity is permissible each passing aircraft, In these situations,flag persons will be used direct construction equipment,and wing walkers m adjacent to taxiways when the taxiway is restricted to m ft ' aircraft such that the available taxiway safety area is equal may be necessary to guide aircraft. Wing walkers to at least% construction workers. of the widest wingspan of the aircraft should be airline/aviation w personnel rather then expected to use the taxiway and the availnble taxiway rk object-five area is equal to at least.7 times the widest b. Construction contractors must prominently mark wingspan plus 10 feet. (See AC 150/5300-13 for open trenches and excavations at the construction site,as guidance on taxiway safety and object-free areas.) approved by the airport operator,and light them with red ' Construction activity may be accomplished closer to a lights during hours of restricted visibility or darkness taxiway,subject to the following restrictions: c. Excavations and open trenches may be permitted (1) The activity is first coordinated with the up to the edge of a structural taxiway and apron pavement airport operator, provided the dropoff is marked and lighted per paragraph 3-9,"Hazard Marking and Lighting." (2) Appropriate NOTAMs are issued. ' Section 2, Temporary Runway Thresholds • 34. OVERVIEW. Runway 36 for arrivals and departures."There may be situations where the portion of closed runway is available for taxiing only. If so,the NOTAM must reflect this ' Construction activity in a runway approach area may condition. result in the need to partially close a runway or displace the existing runway threshold. In either case,locate the Caution regarding displaced thresholds: ' threshold in accordance with Appendix 2 of AC Implementation of a displaced threshold affects runway 150/5300.13,Airport Design. Objects dint do not length available for aircraft landing over the penetrate these surfaces may still be obstructions to air displacement. Depending on die reason for the navigation and may affect standard instrument approach displacement(to provide obstruction clearance or RSA), ' procedures. Coordinate these objects with the FAA's such a displacement may also require an adjustment in the Regional Airports Office or appropriate Airports District landing distance available and accelerate-stop distance Office,as necessary. Refer to the current edition of AC available in the opposite direction, If project scope ' 150/5300-13 for guidance on threshold siting includes personnel,equipment,excavation,etc.within the requirements. The partial runway closure,the RSA of any usable runway end,we do not recommend a displacement of the runway threshold,as well as closures displaced threshold unless arrivals and departures toward of the complete runway and other portions of the the construction activity are prohibited. Instead, movement area also requires coordination with implement a partial closure. appropriate ATCT personnel and airport users. Caution regarding partial runway closures: When 3-5. MARKING GUIDELINES FOR filing a NOTAM for a partial runway closure,clearly state TEMPORARY THRESHOLD. to FSS personnel that the portion of pavement located prior to the threshold is not available for landing and Ensure that markings for temporary displaced thresholds ' departing traffic. In this case,the threshold has been are clearly visible to pilots approaching the airport to moved for both landing and takeoff purposes(this is land. When construction personnel and equipment are • different than a displaced threshold), located close to any threshold,a temporary visual ' NAVAID,such as runway end identifier lights(REIL), Example NOTAM:"North 1,000 feet of Runway 18/36 is may be required(even on unlighted runways)to define closed; 7,000 feet remain available on Runway 18 and the new beginning of the runway clearly. A visual ' A9 vertical guidance device,such as a visual approach slope (6) Al 14 CFR part 139 certificated airports, ' indicator(VASI),pulse light approach slope indicator temporary elevated threshold markers must be mounted (PLASI),or precision approach path indicator(PAPI), with a frangible fitting(see 14 CFR pan 139.309). • may be necessary to assure landing clearance over However,at noncertificated airports,the temporary , personnel,vehicles,equipment,and/or nbove-grade elevated threshold markings may either be mounted with stockpiled materials. If such devices are installed,ensure a frangible fitting or be flexible. See AC 150/5345-39. an appropriate descriptive NOTAM is issued to inform pilots of these conditions. The current edition of AC short- standard the paint to mark ' 15015340-1,StandardsjorAirporl Markings, describes b. The application rate of term temporary runway threshold may deviate from a the standard marking colors and layouts. In addition,we standard(see Item P-620,"Runway and Taxiway recommend that a temporary runway threshold be marked using the following guidelines: Painting,"in AC 150/5370.10,Standards for Speclfving , Consmrcrian njAirparts),but the dimensions must meet the existing standards,unless coordinated with the a. Airport markings must be clearly visible to appropriate offices. ' pilots;not misleading,confusing,or deceptive;secured in place to prevent movement by prop wash,jet blast,wing vortices,or other wind currents;and constructed of c. When a runway is partially closed,the distance materials that would minimize damage to an aircraft in remaining signs for aircraft landing in the opposite ' the event of inadvertent contact. direction should be covered or removed during the construction, (1) Pavement markings for temporary closed ' portions of the runway should consist of yellow chevrons 3-6. LIGHTING GUIDELINES FOR to identify pavement areas that are unsuitable for TEMPORARY THRESHOLD. takeoff/landing(see AC 15015340-1). If unable to paint the markings on the pavement,construct them from any ' of the following materials:double-layered painted snow A temporary runway threshold must be lighted if the fence,colored plastic,painted sheets of plywood,or runway is lighted and it is the intended threshold for night similar materials. They must be properly configured and landings or instrument meteorological conditions. We secured to prevent movement by prop wash,jet blast,or recommend that temporary threshold lights and related • ' other wind currents. visual NAVAIDs be installed outboard of the edges of the full-strength pavement with bases at grade level or as low (2) It may be necessary to remove or cover as possible,but not to exceed 3 inches(7.6cm)above , runway markings,such as runway designation markings ground. When any portion of a base is above grade,place and aiming point markings,depending on the length of properly compacted fill around the base to minimize the construction and type of activity at the airport. rate of gradient change so aircraft can,in an emergency, cross at normal landing or takeoff speeds without , (3) When threshold markings are needed to incurring significant damage(see AC 150/5370-10). We identify the temporary beginning of the runway that is recommend drat the following be observed when using available for landing,use a white threshold bar of the temporary runway threshold lighting: , dimensions specified in AC 150/5340-1. a. Maintain threshold and edge lighting color and (4) If temporary outboard elevated or flush spacing standards as described in AC 150/5340-24, , threshold bars are used,locate them outside of the runway Rumvav and Taxiwav Edge Lighting. viwcnn. pavement surface,one on each side of the runway. They Battery-powered,solar,or portable lights that meet the should be at least 10 feet(3m)in width and extend criteria in AC 15015345-50,Speci/icationjorPortable outboard from each side of die runway so they are clearly Rumvav Lights, may be used. These systems are intended ' visible to landing and departing aircraft. These threshold primarily for visual flight rules(VFR)aircraft operation bars are white. If the white threshold bars are not but may be used for instrument flight rules(IFR)aircraft discernable on grass or snow,apply a black background operations,upon individual approval from the Flight with appropriate material over the ground to ensure the Standards Division of the applicable FAA Regional ' markings are clearly visible. Office. (it A temporary threshold may also be b. When the runway has been partially closed, ' marked with the use of rs is green to d elevated markers. disconnect edge and threshold lights with associated One side of such markers is green se denote the approach isolation transformers on that art of the runway at and • end of the runway;the side drat is seen by pilots on P y rollout is red. See AC 150/5345-39,FAA Specification L- behind/lie threshold(i.e.,the portion of the runway that is , 853,Runway and Taxirvav Rerrore/lective Markers. closed). Alternately,cover the light fixture in such a way as to prevent light leakage, Avoid removing the lamp A10 , from energized fixtures because an excessive number of e. Relocate the visual glide slope indicator(VGSI), isolation transformers with open secondaries may damage such as VAST and PAPI;other airport lights,such as the regulators and/or increase the current above its normal REIL;and approach lights to identify die temporary • value. 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 C. Secure,identify,and place any temporary temporary visual aids maybe necessary to provide exposed wiring in conduit to prevent electrocution and adequate guidance to pilots on approach to the affected ' fire ignition sources, runway. If the FAA owns and operates the VLSI, coordinate its installation or disabling with the local d. Reconfigure yellow lenses(caution zone),as Airway Facilities Systems Management Office. ' necessary. If the runway has centerline lights,reconfigure the red leases,as necessary,or place the centerline lights f. Issue a NOTAM to inform pilots of temporary out of service. lighting conditions. Section 3. Other Construction Marking and Lighting Activities barricades or markings,as described above or in 3-7. OVERVIEW. paragraph 3.9,should be placed on the runway. Ensure that construction areas,including closed runways, a. Permanently closed runways. are clearly and visibly separated from movement areas and that hazards,facilities,cables,and power lines are For runways and taxiways that have been permanently identified prominently for construction contractors, closed,disconnect the fighting circuits. For runways, Throughout the duration of the construction project, obliterate the threshold marking,runway designation verify that these areas remain clearly marked and visible marking,and touchdown zone markings,and place"X's"at at all times and that marking and lighting aids remain in each end and at 1,000-foot(300-m)intervals. For taxiways, ' • place and operational. Routine inspections must be made place an"X"at the entrance of the closed taxiway. of temporary construction lighting,especially battery- powered lighting since weather conditions can limit b. Temporarily closed runway and taxiways. ' battery life. For runways that have been temporarily closed,place an 3-8. CLOSED RUNWAY AND TAXIWAY "Vat the each end of the runway. With taxiways,place MARKING AND LIGHTING. an"X"at the entrance of the closed taxiway. Closed runway markings consist of a yellow"X"in c. Temporarily closed airport. compliance with the standards of AC 150/5340-I, ' SrandardsforAirport Markings. Avery effective and When the airport is closed temporarily,mark the runways preferable visual aid to depict temporary closure is the as closed and tam oflose airport beacon. lighted"X"signal placed on or near the runway ' designation numbers. This device is much more discernible to approaching aircraft than the other d. Permanently closed airports materials described. If the lighted"X"is not available, construct the marking of any of the following materials; When the airport is closed permanently,mark the ' double-layered painted snow fence,colored plastic, runways as permanently closed,disconnect the airport painted sheets of plywood,or similar materials. They beacon,and place an"X"in the segmented circle or at a must be properly configured and secured to prevent central location if no segmented circle exists. movement by prop wash,jet blast,or other wind currents. In addition,the airport operator may install barricades, traffic cones,activate stop bars,or other acceptable visual 3-9. HAZARD MARKING AND LIGHTING. devices at major entrances to the runways to prevent ' aircraft from entering a closed portion of runway. The Provide prominent, comprehensible warning indicators placement of even a single reflective barricade with a"do for any area affected by construction that is normally • not enter' sign on a taxiway centerline can prevent an accessible to aircraft, personnel, or vehicles. Using aircraft from continuing onto a closed runway. If the appropriate hazard marking and lighting may prevent ' taxiway must remain open for aircraft crossings, damage, injury, traffic delays, and/or facility closures. ' All Hazard marking and lighting must restrict access and with an aircraft or any of its components;and weighted or ' make specific hazards obvious to pilots, vehicle drivers, sturdily attached to the surface to prevent displacement and other personnel. Barricades, traffic cones (weighted from prop wash,jet blast, wing vortex, or other surface • or sturdily attached to the surface), or flashers are wind currents. If afsxed to the surface, they must be acceptable methods used to identify and define the limits frangible at grade level or as low as possible, but not to of construction and hazardous areas on airports, exceed 3 inches (7.6em) above the ground. Do not use nonfrangible hazard markings, such as concrete barriers Provide temporary hazard marking and lighting to prevent and/or metal-drum-type barricades, in aircraft movement ' aircraft from taxiing onto a closed runway for takeoff and areas. Do not use railroad ties on runways. to identify open manholes, small areas under repair, stockpiled material, and waste areas, Also consider less Use highly reflective barriers with flashing or steady- obvious construction-related hazards and include burning red lights to barricade taxiways leading to closed ' markings to identify FAA, airport, and National Weather runways. Evaluate all operating factors when determining Service facilities cables and power lines; instrument how to mark temporary closures that can last from 10 to landing system (ILS) critical areas; airport surfaces, such 15 minutes to a much longer period of time. However, ' as RSA,OFA,and OFZ;and other sensitive areas to make we strongly recommend that, even for closures of it easier for contractor personnel to avoid these areas. relatively short duration, major taxiway/runway intersections be identified with barricades spaced no The construction specifications must include a provision greater than 20 feet(6m)apart. Mark the barricades with ' requiring the contractor to have a person on call 24 hours a flashing or steady-burning red light. At a minimum,use a day for emergency maintenance of airport hazard a single barricade placed on the taxiway centerline. lighting and barricades. The contractor must file the contact person's information with the airport. 3-10. CONSTRUCTION NEAR NAVIGATIONAL ' AIDS(NAVAIDS). a. Nonmovement areas. , Indicate construction locations on nonmovement areas in Construction activities,materials/equipment storage,and which no part of an aircraft may enter by using barricades vehicle parking near electronic NAVAIDs require special that are marked with diagonal,alternating orange and white consideration since they may interfere with signals • ' stripes. Barricades may be supplemented with alternating essential to air navigation. Evaluate the effect of orange and white flags at least 20 by 20 inches(50 by 50 construction activity and the required distance and cm)square and made and installed so they are always in an direction from the NAVAID for each construction project. extended position,properly oriented,and securely fastened Pay particular attention to stockpiling material,as well as ' to eliminate jet engine ingestion. Such barricades may be to movement and parking of equipment that may interfere many different shapes and made from various materials, with line of sight from the ATCT or with electronic including railroad ties,sawhorses,jersey barriers,or emissions, Interference from construction may require , barrels, During reduced visibility or night hours, NAVAID shutdown or adjustment of instrument approach supplement the barricades with red lights,either flashing or minimums for IFR. This condition requires that a steady-burning,which should meet the luminance NOTAM be filed. Construction activities and requirements of the State Highway Depamncnt(yellow materials/equipment storage near a NAVAID may also ' lights are not acceptable after October 1,2004). The obstruct access to the equipment and instruments for intensity of the lights and spacing for barricade flags and maintenance. Before commencing construction activity, lights must adequately and without ambiguity delineate the parking vehicles,or storing construction equipment and hazardous area, materials near a NAVAID,consult with the nearest FAA ' Airway Facilities Office, b. Movement areas. 3-11. CONSTRUCTION SITE ACCESS AND ' Use orange traffic cones; red lights, either flashing or HAUL ROADS. steady-burning, which should meet die luminance requirements of the State Highway Department (yellow Determine the construction contractor's access to the lights are not acceptable after October 1, 2004); construction sites and haul roads, Do not permit the collapsible barricades marked with diagonal, alternating construction contractor to use any access or haul roads orange and white stripes; and/or signs to separate all other than those approved. Construction contractors must , construction/maintenance areas from the movement area. submit specific proposed routes associated with All barricades, temporary markers, and other objects construction activities to the airport operator for • placed and left in safety areas associated with any open evaluation and approval as pan of the safety plan before runway, taxiway,or taxilane must be as low as possible to beginning construction activities. These proposed routes ' the ground; of low mass; easily collapsible upon contact must also provide specifications to prevent inadvertent Al2 ' entry to movement areas. Pay special attention to ensure the airport operator has approved their use. Under no ' that ARFF right of way on access and haul roads is not circumstances should flare pots be used within the AOA impeded at any time and that construction traffic on haul at any time. The use of electrical blasting caps must not • roads does not interfere with NAVAIDs or approach be permitted on or within 1,000 feet(300m)of the airport ' surfaces of operational runways. property(see AC 15015370-10,StandardsforSpecl&ing Construction ofAirports). 3-12. CONSTRUCTION MATERIAL ' STOCKPILING. 3-14. FOREIGN OBJECT DEBRIS(FOD) MANAGEMENT. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ of an operational Waste and loose materials,commonly referred to as FOD, runway. The airport operator must ensure that stockpiled are capable of causing damage to aircraft landing gears, materials and equipment adjacent to these areas are propellers,and jet engines, Construction contractors must prominently marked and lighted during hours of restricted not leave or place FOD on or near active aircraft visibility or darkness. This includes determining and movement areas. Materials tracked onto these areas must verifying that materials are stored at an approved location be continuously removed during the construction project. to prevent foreign object damage and attraction of wildlife. We also recommend that airport operators and ' construction contractors carefully control and 3-13. OTHER LIMITATIONS ON continuously remove waste or loose materials that might CONSTRUCTION. attract wildlife. ' Contractors may not use open-flame welding or torches unless adequate fire safety precautions are provided and 1 Section 4. Safety Hazards and Impacts ' • 3-15. OVERVIEW. d. Heavy equipment(stationery or mobile) The situations identified below are potentially hazardous operating or idle near AOAs,in runway approaches and ' conditions that may occur during airport construction departures areas,or in OFZs. projects. Safety area encroachments,unauthorized and improper ground vehicle operations,and unmarked or e. Equipment or material near NAVAIDs that may ' uncovered holes and trenches near aircraft operating degrade or impair radiated signals and/or the monitoring surfaces pose the most prevalent threats to airport of navigational and visual aids. Unauthorized or operational safety during airport construction projects. improper vehicle operations in localizer or glide slope Airport operators and contractors should consider the critical areas,resulting in electronic interference and/or ' following when performing inspections of construction facility shutdown. activity: f. Tall and especially relatively low-visibility units ' a. Excavation adjacent to runways,taxiways,and (i.e.,equipment with slim profiles)—cranes,drills,and aprons. similar objects—located in critical areas,such as OFZs and approach zones. b. Mounds of earth,construction materials, temporary structures,and other obstacles near any open g• Improperly positioned or malfunctioning lights runway,taxiway,or taxilane;in the related object-free or unlighted airport hazards,such as holes or excavations, ' area and aircraft approach or departure areas/zones;or on any apron,open taxiway,or open taxilane or in a obstructing any sign or marking. related safety,approach,or departure area. ' c. Runway resurfacing projects resulting in lips h. Obstacles,loose pavement,trash,and other exceeding 3 inches(7.6cm)from pavement edges and debris on or near AOAs. Construction debris(gravel, • ends. sand,mud,paving materials,etc.)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. A13 I. Inappropriate or poorly maintained fencing t. Spillage from vehicles(gasoline,diesel fuel,oil, ' during construction intended to deter human and animal etc.)an active pavement areas,such as runways, intrusions into the AOA. Fencing and other markings that taxiways,ramps,and airport roadways. • are inadequate to separate construction areas from open AOAs create aviation hazards. ' u. Failure to maintain drainage system integrity during construction(e.g.,no temporary drainage provided J. Improper or inadequate marking or lighting of when working on a drainage system). 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 AOAs create aviation hazards. IL Wildlife attractants—such as trash(food scraps not collected from construction personnel activity),grass seeds,or ponded water—on or near airports. 1. Obliterated or faded markings on active operational areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. ' n. Failure to issue,update,or cancel NOTAMs • , about airport or runway closures or other construction-related airport conditions. o. 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 navigational,visual,or approach aids;disruption of weather reporting services; ' and/or loss of communications, p. Restrictions on ARFF access from fire stations to ' the runway-taxiway system or airport buildings. q. Lack of radio communications with construction ' vehicles in airport movement areas. r. 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. a. 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. • A14 ' :1 ' v. 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. ' w. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. z. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring,and place it in conduit or bury it. y. Site burning,which can cause possible obscuration. ' z. Construction work taking place outside of designated work areas and out of phase. ,1 1 • 1 1 i I 1 A15 ' • APPENDIX 1. RELATED READING MATERIAL ' 1. Obtain the latest version of the following free publications from the FAA on its Web site at h. AC 15ins FA-18,standards Ai siting Sign http://www.faa.gov/arp/. In addition,these ACs arc Systems. Contains FAA standards for the siting and available by contacting the U.S.Department of installation of sums on airport runways and taxiways. Transportation,Subsequent Distribution Office,SVC- 121.23,Ardmore East Business Center,3341 Q 75th 1. AC 150/5345.28,Precision Approach Path Avenue,Landover,MD 20785. Indicator(PAP/)Systems. Contains the FAA standards for PAPI systems,which provide pilots with visual glide a. AC 150/5200-28,Notices to Airmen(NOTAM) slope guidance during approach for landing. jar Airport Operators. Provides guidance for the use of ' the NOTAM System in airport reporting. J. AC 150/5380-5,Debris Hazards at Civil Airports. Discusses problems at airports,gives b. AC 150/5200-30,Airport Winier Safety and information on foreign objects,and explains how to ' Operations. Provides guidance to airport eliminate such objects from operational areas. owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. k. AC 70/7460-2,Proposed Construction or ' Alteration of Objects that May Affect the Navigable Airspace. Provides information to persons proposing to c. AC 15015200-33,Hazardous it ildlije Attt'actants erect or alter an object that may affect navigable airspace On arNearAirports. Provides guidance on locating and explains the need to notify the FAA before ' certain land uses having the potential to attract hazardous construction begins and the FAA's response to those wildlife to public-use airports. notices,as required by 14 CFR part 77. • d. AC 150/5210-5,Painting,Marking, and Lighting 2. Obtain copies of the following publications from the of Vehicles Used on an Airport. Provides guidance, Superintendent of Documents,U.S.Government Printing specifications,and standards for painting,marking,and Office,Washington,DC 20402. Send a check or money lighting vehicles operating in the airport air operations order made payable to the Superintendent of Documents areas. in the amount stated with your request. The Government Printing Office does not accept C.O.D.orders. In e. AC 150/52204, Water Supply Systems jar addition,the FAA makes these ACs available at no charge Aircraft Fire and Rescue Protection. Provides guidance on the Web site at http://www.faa.gov/arp/. for the selection of a water source and standards for the a. AC 150/5300-13,Airport Design. Contains design of a distribution system to support aircraft rescue ' and fire fighting service operations on airports. FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter,and contains the objecbfrce area and C AC 150/5340-1,StandardsjorAirport Markings. the obstacle free-zone criteria. ($26.Supt.Does.) ' Contains FAA standards for markings used on airport SN050.007-01208.0. runways,taxiways,and aprons, b. AC150 15370-10,StandardsjorSpecfving ' g. AC 150/5340-14B,Economy Approach Lighting Construction ojAirporis. Provides standards for Aids. Describes standards for the design,selection,siting, construction of airports. Items covered include and maintenance of economy approach lighting aids. earthwork,drainage,paving,turfing,lighting,and incidental construction. ($18.Supt.Does,) SN050.007- 0821.0. 1 • ' AA-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERATIONS AREA(AOA). Any area of 8. OBJECT-FREE AREA(OFA). An area on the the airport used or intended to be used for the landing, ground centered on the runway,taxiway,or taxilane takeoff,or surface maneuvering of aircraft. An air centerline provided to enhance safety of aircraft operations area includes such paved or unpaved areas that operations by having the area free of objects except for are used or intended to be used for the unobstructed those objects that need to be located in the OFA for air movement of aircraft in addition to its associated navigation or aircraft ground maneuvering purposes(see , runways,taxiways,or aprons. AC 150/5300-13,Airport Design, for additional guidance on OFA standards and wingtip clearance criteria). 2. CONSTRUCTION. The presence and movement of construction-related personnel,equipment,and materials 9. OBSTACLE-FREE ZONE(OFZ). The airspace , in any location that could infringe upon the movement of below 150 feet(45m)above the established airport aircraft. elevation and along the runway and extended runway centerline that is required to be clear of all objects,except , 3. CERTIFICATED AIRPORT. An airport that has for frangible visual NAVAIDs that need to be located in been issued an Airport Operating Certificate by the FAA the OFZ because of their function,in order to provide under the authority of 14 CFR part 139,Certification and clearance protection for aircraft landing or taking off from Operation:Land Airports Serving Certain Air Carriers,or the runway and for missed approaches(refer to AC ' its subsequent revisions. 150/5300.13 for guidance on OFZs). 4. FAA FORM 7460-1,NOTICE OF PROPOSED 10. RUNWAY SAFETY AREA(RSA). A defined ' CONSTRUCTION OR ALTERATION. The form surface surrounding the runway prepared or suitable for submitted to the FAA Regional Air Traffic or Airports reducing the risk of damage to airplanes in the event of an Division Office as formal written notification of any kind undershoot,overshoot,or excursion from the runway,in of construction or alteration of objects that affect accordance with AC 150/5300-13. • ' navigable airspace,as defined in 14 CFR part 77,Objects Affecting Navigable Airspace(see AC 70/7460-2, 11. TAXIWAY SAFETY AREA. A defined surface Proposed Construction or Alteration of Objects that May alongside the taxiway prepared or suitable for reducing ' Affect the Navigable Airspace,found at the risk of damage to an airplane unintentionally bttp://www.fan.gov/arpo. departing the taxiway,in accordance with AC 150/5300- 13. S. FAA FORM 7480-1,NOTICE OF LANDING ' AREA PROPOSAL. Form submitted to the FAA 12. THRESHOLD. The beginning of that portion of the Airports Regional Division Office or Airports District runway available for landing. In some instances,the Office as formal written notification whenever a project landing threshold may be displaced. ' without an airport layout plan on file with the FAA involves the construction of a new airport;the 13. DISPLACED THRESHOLD. The portion of construction,realigning,altering,activating,or pavement behind a displaced threshold that may be abandoning of a runway,landing strip,or associated available for takeoffs in either direction or landing from ' taxiway;or the deactivation or abandoning of an entire the opposite direction. airport(found at bttp://www.fax.gov/arp/). 14, VISUAL GLIDE SLOPE INDICATOR(VGSI). 6. MOVEMENT AREA. The runways,taxiways,and This device provides a visual glide slope indicator to ' other areas of an airport that are used for taxiing or hover landing pilots. These systems include precision approach taxiing,air taxiing,takeoff,and landing of aircraft, path indicators(PAPIs),visual approach slope indicators exclusive of loading ramps and aircraft parking areas (VASls),and pulse light approach slope indicators (reference 14 CFR part 139). (PLASIs). ' 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, , subpart C. • 1 AA-2 ' ' • APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE ' Aviation Safety Requirements During Construction ' PURPOSE. 77rts appendix provides airport operators 2. CONSTRUCTION MAINTENANCE AND with boilerplate format and languagefor developing a FACILITIES MAINTENANCE. safety plan for an airport construction project. Adapt dris appendix,as applicable, to specific conditionsjound on the airport for which the plan is being developed. Before beginning any construction activity,the contractor Consider including a copy of this safer),plan in the construction drawings for easy access by contractor must,through the airport operator,give notice[using the ' personnel. Plans should contatrr tlrejollowin� Notice to Airmen(NOTAM)System]of proposed location,time,and date of commencement of construction. Upon completion of work and return of all 1. GENERAL SAFETY REQUIREMENTS, such areas to standard conditions,the contractor must, ' through the airport operator,verify the cancellation of all Throughout the construction project,the following safety notices issued via the NOTAM System. Throughout the and operational practices should be observed: duration of the construction project,the contractor must- , a. Be aware of and understand the safety problems • Operational safety should be a standing agenda and hazards described in AC 15015370-2, Operational item during progress meetings throughout the Safety on Airports During Construction. construction project. • The contractor and airport operator must perform b. Conduct activities so as not to violate any safety onsite inspections throughout the project,with standards contained in AC 15015370-2 or any of the ' • immediate remedy of any deficiencies,whether references therein. caused by negligence,oversight,or project scope change. c. Inspect all construction and storage areas as • Airport runways and taxiways should remain in often as necessary to be aware of conditions. ' use by aircraft to the maximum extent possible. • Aircraft use of areas near the contractor's work d. Promptly tore all actions necessary prevent or should be controlled to minimize disturbance to remedy any unsafe or potentially unsafe conditions as soon as they are discovered, the contractor's operation. • Contractor,subcontractor,and supplier 3, APPROACH CLEARANCE TO RUNWAYS. ' employees or any unauthorized persons must be restricted from entering an airport area that would be hazardous. Runway thresholds must provide an unobstructed ' • Construction that is within the safety area of an approach surface over equipment and materials. (Refer to active runway,taxiway,or apron that is Appendix 2 in AC 15015300-13,Airport Design, for performed under normal operational conditions guidance in this area.) ' must be performed when the runway,taxiway,or apron is closed or use-restricted and initiated only with prior permission from the airport 4. RUNWAY AND TAXIWAY SAFETI'AREA operator, (RSA AND TSA). ' • The contracting officer,airport operator,or other designated airport representative may order the contractor to suspend operations;move Limit construction to outside of the approved RSA,as ' personnel,equipment,and materials to a safe shown on the approved airport layout plan—unless the location;and stand by until aircraft use is runway is closed or restricted to aircraft operations, • completed. requiring a lesser standard RSA that is equal to the RSA available during construction(see AC 15015370-2 for ' exceptions). Construction activity within the TSA is permissible when the taxiway is open to aircraft traffic if ' AA-3 adequate wingtip clearance exists between the aircraft and that is equal to the RSA available during , equipment/material;evacuations,trenches,or other construction. conditions are conspicuously marked and lighted;and • local NOTAMs are in effect for the activity(see AC • Prevent personnel,material,and/or 150/5300-13 for wingtip clearance requirements). The equipment,as defined in AC 15015300-13, ' NOTAM should state that,"personnel and equipment are Paragraph 306,"Obstacle Free Zone working adjacent to Taxiway." (OFZ),"from penetrating the OFZ. • Coordinate construction activity with the ' a. Procedures for protecting runway edges. Airport Traffic Control Tower(ATCT)and • Limit construction to no closer than 200 feet FAA Regional Airports Division Office or Airports District Office,and through the ' (60m)from the runway centerline—unless airport operator,issue an appropriate the runway is closed or restricted to aircraft NOTAM. operations,requiring a lesser standard RSA Complete thejollowing chart to determine the area that must be protected along the rumva) edges. ' 4 � xx rI . , 'See AC 150/5300.13,Airport Design, to complete the chart for a specific runway. ' b. Procedures for protecting runway ends. • Prevent personnel,material,and/or equipment, ' as defined in AC 150 15300-13,from penetrating • Maintain the RSA from the runway the obstacle-free zone. threshold to a point at least the distance from the runway threshold as existed before • Ensure adequate distance for blast protection is ' construction activity—unless the runway is provided,as needed. closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA • Coordinate construction activity with the ATCT length available during construction in and FAA Regional Airports Division Office or ' accordance with AC 150/5300-13. This Airports District Office,and through the airport may involve the use of declared distances operator,issue an appropriate NOTAM. and partial runway closures(see AC , 150/5370.2 for exceptions). • Provide a drawing showing the profile of the appropriate surfaces of each runway end where • Ensure all personnel,materials,and/or construction will take place. Where operations equipment are clear of the applicable by turbojet aircraft are anticipated,review ' threshold siting criteria surface,as defined takeoff procedures and jet blast characteristics of in Appendix 2,"Threshold Siting aircraft and incorporate safety measures for Requirements,"of AC 15015300-13. construction workers in the contract documents. , AA-4 ' Complete the following chart to determine the area that must be protected before the runway threshold: 'ell W FEET I to(threshold) FEET I to(threshold) FEET I to(threshold) FEET I to(threshold) *See AC 150/5300-13,Airport Design, to complete the chart for a specific runway. visibility and at night,identify hazardous areas with red 5. MARKING AND LIGHTING FOR flashing or steady-burning lights(specify). The TEMPORARY THRESHOLDS. hazardous area marking and lighting will be supplied by the airport operator/contractor,as specified in die Marking and lighting for a temporary threshold is /is contract,and will be depicted on the plans. not—required. The airport owner or contractor—as specified in the contract,will furnish and maintain markings for temporary thresholds. Precision approach S. TEMPORARY LIGHTING AND MARKING. path indicators(PAPIs)or runway end identification lights(REIL)are /are not required. The airport Airport markings,lighting,and/or signs will be altered in owner or convector,as specified in the contract,will the following manner(specify)during the period from furnish and install all temporary lighting. to The alterations are depicted on the appropriate items per AC 150/5370-2,Chapter 3,"Safety plans. Standards and Guidelines." Ifinarking and lighting for• the temporary threshold is not required, delete this section of the safety plan. If visual aids and/or markings 9. VEHICLE OPERATION MARKING AND are necessary,provide details. (Include applicable 14 CONTROL. CFR part 77 surfaces in the contract documents.) Include die following provisions in the construction contract,and address them in the safety plans: 6. CLOSED RUNWAY MARKINGS AND LIGHTING. a. When any vehicle,other than one that has prior The following must be specified for closed runways, approval from the airport operator,must travel over any Closed runway marking are—/are not required. portion of an aircraft movement area,it will be escorted Closed runway markings will be as shown on the and properly identified. To operate in those areas during plans /as furnished by the airport daylight hours,the vehicle must have a flag or beacon owner /other—(specify). Barricades,flagging, attached to it. Any vehicle operating on the movement and flashers are —/are not required at Taxiway areas during hours of darkness or reduced visibility must and Runway :7and will be supplied by the airport be equipped with a flashing dome-type light,the color of —/other�__(specify). which is in accordance with local or state codes, 7. HAZARDOUS AREA MARKING AND b. It may be desirable to clearly identify the LIGHTING. vehicles for control purposes by either assigned initials or numbers that are prominently displayed an each side of • the vehicle. The identification symbols should he at Hazardous areas on the movement area will be marked with barricades,traffic cones,flags,or flashers(specify). minimum 8-inch(20•cm)block-type characters of a These markings restrict access and make hazards obvious contrasting color and easy to read. They may be applied to aircraft,personnel,and vehicles. During periods of low either by using tape or a water-soluble paint to facilitate AA-5 removal. Magnetic signs are also acceptable. In addition, the airport operator(ar tailored to conform to local ' vehicles must display identification media,as specified in requirements and restrictions). the approved security plan. (77ds section should be • revised to conform to the airport operator's requirements) b. Prominently marking open trenches,excavations, ' and stockpiled materials at the concoction and lighting these obstacles during hours of restricted visibility and c. Employee parking shall be darkness. (specify ' location),as designated by the airport manager/ project engineer /other (specify), c. Marking and lighting closed,deceptive,and hazardous areas on airports,as appropriate. ' d. Access to the job site shall be via (specify route),as shown on the plans /designated d. Contraining stockpiled material to prevent its by the engineer /designated by the movement as a result of the maximum anticipated aircraft ' superintendent /designated by the airport blast and forecast wind conditions. manager /other (specify). 12. RADIO COMMUNICATIONS. ' e. At 14 CFR part 139 certificated and towered airports,all vehicle operators having access to the Vehicular traffic located in or crossing an active movement area must be familiar with airport procedures movement area must have a working two-way radio in for the operation of ground vehicles and the consequences contact with the control tower or be escorted by a person , of noncompliance. in radio contact with the tower. The driver,through personal observation,should confirm that no aircraft is approaching the vehicle position. Construction personnel ' L If the airport is certificated and/or has a security may operate in a movement area without two-way radio plan,the airport operator should check for guidance on communication provided a NOTAM is issued closing the the additional identification and control of construction area and the area is properly marked to prevent equipment. incursions. Two-way radio communications arc____/arc • ' not required between contractors and the Airport 10. NAVIGATIONAL AIDS. Traffic Control Tower /FAA Flight Service Station /Airport Aeronautical Advisory Stations ' The contractor must not conduct any concoction activity (UNICOM/CTAF) . Radio contact is /is within navigational aid restricted wrens without prior not required between the hours of and approval from the local FAA Airway Facilities sector Continuous monitoring required_/or is required representative. Navigational aids include instrument areas when equipment movement is necessary in certain ' areas_ landing system components and very high-frequency . (This section may be tailored to suit the omnidirectional range,airport surveillance radar. Such specific vehicle and safety requirements of the airport restricted areas are depicted on construction plans. .sponsor.) , 11. LIMITATIONS ON CONSTRUCTION. 13. DEBRIS. Additional limitations on construction include— Waste and loose material must not be placed in active ' movement areas. Materials tracked onto these areas must be removed continuously during the work project. , a. Prohibiting open-flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by , 1 AA-6 ' • APPENDIX 4. SAMPLE NOTAM AIRPORT ' FAA NOTAM# DATE: AIRPORT I.D.# TIME: NOTAM TEXT: ,1 ' NOTIFICATON: ####TOWER • PHONE# INITIALS TIME CALLED IN BY ####FSS PHONE# INITIALS TIME CALLED IN BY ' AIRLINES CANCELLED: NOTIFICATON: ' ####TOWER • PHONE# INITIALS TIME CALLED IN BY ' AA-7 ####FSS ' PHONE# INMALS TIME CALLED IN BY • AIRLINES 1 1 1 AA-8. ' PROPOSAL FORM • State Block Grant Project No.AIRE 02540B T0: City ofJefferson The undersigned,in compliance with the request for bids for construction of the following Project: ' Wehmeyer Road Relocation hereby proposes to furnish all labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for construction of the Project in accordance with the project manual,project drawings and issued Addenda within the specified time of performance for the following prices: BASE BID APPROX. ' BID FAA or ITEM DESCRIPTION QUANTITY UNIT PRICE EXTENSION ITEM MoDOT AND SPEC. UNITS ' DOLLARS CTS DOLLARS CTS 1 MO-100 Mobilization I LS V 000 00 q 0 0 a 00 2 TS-1.2 Removals I LS a 00 r Ar O 0 0. O'D ' 3 TS-2 Excavation&Grading 1 LS Q to f7 Q 0 00 4 MO-156 Silt Fence 500LF 3D�0 �G 5 MO-701 -15"RCP Class III in place 46 LF t7 6 10 6 MO-701 15"RCP End Section 2 EA SG p O AV O ' • 7 MO-701 12"CMP 20 LF 30 O 00 DO 8 MO-701 12"CMP End Sections 2 EA Aca o 0 040 9 TS-15 Pavement Under Drain 300 LF 72 Do 2J80 1 O 10 TS-14 Manhole Adjustment I EA ,S OO 00 1®I O O 11 MO-209 4"Rolled Stone Base 4300 SY O D O'® 12 TS-100 Filter Fabric 4300 SY m O 41 ' 13 MO-501 7"P.C.C. 4300 SY MOP 14 MO-162 Chain Link Fence 6'High 1675 LF O S 15 MO-162 20'-0"Cantilever Gate 1 EA m 0 0 ' 16 TS-200 Ca &Abandon Well I LS SP 0 17 TS-11 A ole Drive Approach 40 SY d IB TS•9 Seeding&Mulchin I LS o OD ' TOTAL BID (Base Bid) / 9$ ,00 Alternate 1 ' 19 MO-501 Deduct 7"P.C.C. 4300 SY w 8 20 M0401 1 '/,'A.C. Surface BP-I 390 Tons $ 21 M0401 B"A.C.Base 2080 Tons 2-571 it 0 TOTAL BID (Alternate 1) ' -75- ' ACKNOWLEDGEMENTS BY BIDDER ' • a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities established by the OWNER are an approximate estimate of the quantities required to fully complete the Project and that the estimated quantities are principally intended to serve as a basis for evaluation of bids. The BIDDER further acknowledges and accepts that payment under this contract will be made only for actual quantities and that quantities will vary in accordance with the General Provisions subsection entitled "Alteration of Work and Quantities". b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified ' within the Instructions to Bidders. The BIDDER further acknowledges that each the individual documents that comprise-the-Bid-Documents are complementary to one aifoiher i Kd'f6iethei e'siablisE-es 66 complisie ' terms,conditions and obligations of the successful BIDDER. c. As evidence of good faith in submitting this proposal,the undersigned encloses a bid guaranty in the form of a certified check or bid bond in the amount of 5%of the bid price, The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage. d. The BIDDER acknowledges and accepts the OWNER'S tight to reject any or all bids. e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for purposes of review and evaluation and not issue a notice-of--award for a period not to exceed 60 calendar days from the stated ' date for receipt of bids. f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract • within thirty (30) days of the notice-of-award, and furthermore, and provide executed payment and performance bonds within fifteen (15) days from the date of contract execution. The undersigned accepts that failure to execute the contract and provide the required bonds within the stated tinichame shall result in forfeiture of the bid guaranty to the owner as a liquidated damage. g. Time of Performance; By submittal of this proposal, the undersigned acknowledges and agrees to commence work within ten (10) calendar days of the date specified in the written "Notice-to-Proceed" as ' issued by the OWNER. The undersigned further agrees to complete the Project within 90 Calendar days from the commencement date specified in the Notice-to-Procced. ' h. The undersigned acknowledges and accepts that for each and every Calendar day the project remains incomplete beyond the contract time of performance, the Contractor shall pay the non-penal amount of 5500.00 per Calendar day as a liquidated damage to the OWNER. ' i. The undersigned prime contractor, if not a MoDOT certified DBE,hereby assures that they will subcontract 0%zero percent of the dollar value of the prime contract to DBE firms or make good faith efforts to meet the DBE contract goal. In addition, the prime contractor will include the DBE clauses(sec Supplementary ' Provision No. 6 of the Federal and State Provisions)required by the DBE Program adopted by MoDOT and the city in all contracts and subcontracts relating to this project. The undersigned will complete the DBE Participation information included herein,when a DBE goal has been established,including a demonstration of good faith efforts if the DBE goal is not met. If the undersigned prime contractor is a MoDOT certified ' DBE firm, then the prime contractor must perform at least thirty percent (30%) of the total contract value work with its own forces, and will receive DBE credit for all work which the prime contractor and any other MoDOT cenifined DBE firm performs directly. ' j. The BIDDER, by submission of a proposal, acknowledges that award of this contract is subject to the • provisions of the David Bacon Act and the Missouri Prevailing Wage Law. The BIDDER accepts the requirement to pay prevailing wages for each classification and type of worker as established in the attached 1 ' -76- wage rate determinations as issued by the United States Department of Labor and the Missouri Division of • Labor Standards. The BIDDER further acknowledges and accepts their requirement to incorporate the provision to pay the established prevailing wages in every subcontract agreement entered into by the Bidder ' under this project. The highest rate between the two (Federal and State)for each job classification shall be considered the prevailing wage. k. Compliance Reports (4) CFR Part 60.1.7): Within 30 days after award of this contract, the '. Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor mee�q all of the following conditions: ' 1. Contractors/Subcontractors are not exempt based on 41 CFR 60.1,5. 2. IIns 50 or more employees. 3. Is a prime contractor or first der subcontractor. ' 4. There is a contract,subcontract,or purchase order amounting to$50,000 or more I. The undersigned acknowledges receipt of the following addenda: Addendum No. dated Date Received ' Addendum No. dated Date Received Addendum No, dated Date Received ' Addendum No. dated Date Received Addendum No, dated Date Received ' • REPRESENTATIONS BY BIDDER By submittal of a proposal(bid),the BIDDER represents the following: ' a. The BIDDER has read and thoroughly examined the bid documents including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. ' c. The BIDDER has fully informed themselves of the project site, the project site conditions and the surrounding area, d. The BIDDER has familiarized themselves of the requirements of working on an operating airport and understands the conditions that may in any manner affect cost,progress or performance of the work ' e. The BIDDER has correlated their observations with that of the project documents. f. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost,progress or performance of the work g, The BIDDER is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work ir. The BIDDER has complied with all requirements of these instructions and the associated project documents. CERTIFICATIONS BY BIDDER ' a. The undersigned hereby declares and cenifies that the on]), ponies interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The ' undersigned further cenifies that no member, officer or agent of OWNER'S has direct or indirect financial interest in this proposal. • b. Certification of Non-Segregated Facilities (41 CFR Pan 60-1.8) 1 ' - 77- 1 ' The BIDDER, as a potential federally-assisted construction contractor,certifies that it does not maintain or • provide, for its employees,any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause,which is to be incorporated in the contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,timeclocks,locker rooms and other storage or ' dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or haddniil origin because of habit,local custom,or any other reason. The Bidder agrees that(except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. c. Trade Restriction Certification(49 CFR Pan 30) The Bidder,by submission of an offer certifies that it: 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); ' 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; • 3. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. ' d. Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion(49 CFR Pan 29) The Bidder certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions,solicitations,proposals, contracts,and subcontracts. Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. e. Buy American Certificatiou(Title 49 U.S.C.Chapter 501) By submitting a proposal under this solicitation, except for those items listed by the Bidder below or on a separate and clearly identified attachment to this bid/proposal, the Bidder cenifies that steel and each manufactured product,are produced in the United States,as defined in the clause Buy American- Steel and Manufactured Products for Construction Contracts)and that components of unknown origin are considered ' to have been produced or manufactured outside the United States. Bidder may obtain from the owner a listing of articles,materials and supplies excepted from this provision. Product Country of Origin ' -78- • DISADVANTAGED BUSINESS ENTERPRISE(DBE)PARTICIPATION The information shown in this section must be completed when a DBE contract goal has been established. The ' percentage must equal or exceed the DBE contract goal.If the percentage is below the contract goal,then the bidder must submit complete written documentation of good faith effom taken to meet the DBE contract goal. a. The undersigned submits the following list of DBE's to be used in accomplishing the work of this contract. The wok supplies or services, applicable value and percent of total federal contract each DBE is to perform or famish is as follows: ' b. Joint venture with a DBE. The undersigned submits the following list of bid items the DBE prime is responsible for and any items that will be subcontracted out are noted with an asterisk or a similar notation The wofI4 applicable value and percentage of total federal contract the DBE prime is responsible for are as follows: Bid Item %of %of +►$Value $Amount DBE Name and Address Number(s) $Value Applicable Applicable to Total Work of DBE Work to DBE DBE Goal Federal Performed formed Goal Contract 1 • 1 1 TOTAL DBE PARTICIPATION $ % ' "Cannot exceed contract amount for given item of work. ' (Please reproduce the above sheet if additional space is needed.) ' -79- SIGNATURE OF BIDDER • The undersigned states that the correct LEGAL NAME AND ADDRESS of(1) the individual bidder, (2) each partner or joint venturer(whether individuals or corporations,and whether doing business under a fictitious name), or (3) the corporation (with the state in which it is incorporated) are shown below; that (if not signing with the intention to bind themselves to become responsible and sole bidder) they are the agent of,and they are signing and executing this(as indicated in the proper spaces below)as the bid of a ': ( )sole individual ( )partnership ( )joint venture 1�. (�corporation,incorporated under the laws of state of M 1 S S 17 U 2 Executed by bidder this —7- day of J u A/ ' Name of individual, all partners ' or joint venturers: Address of each: 1 doing business under the name of: Address of principal place of business in ' • Missouri: (If using a fictitious name,show this name above in addition to legal names) ' SRm CrAlNeS; CoasT2urtl,)� �-'C- 3QVS CD14t. _y "t (If a corporation,show its name above) N�a3 $lo�mFtr_Z-� /n0 103 ATTEST: (SEAL) t.►rt �iptit-t�tom..- (/ ��J/-��n-► i012ES ' (Signature) Secretary (Signature) (Title) Epiri'1 G po ri q f L_ I G G (SAN S Please print name Please print name NOTE: if bidder is doing business under a fictitious name, the bid shall be executed in the legal name of the ' individual partners,joint ventures, or corporation, with die legal address shown, and registration of fictitious name filed with the secretary of state,as required by sections 417.200 to 417.230 RSMo. If the bidder is a corporation not organized under the laws of Missouri, it shall procure a certificate of authority to do business in Missouri, as required by section 351.572 at seq RSMo. -80- 1 For the C111C branch 1 _ nearest you,raft toll free: (888)283.2242 BID BOND (BBB)293.2292 FAX . (Public Work) INSURANCE 1 Premium; 1 KNOWN ALL BY THESE PRESENTS,That we,_Sam GRlnes Cnnatnirtinn , as Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY,Surety,are held and firmly bound unto rity of.lefferaon Obligee,in the sum of FDA 1 Dollars(S ) for the payment or which we bind ourselves,and our successors and assigns,jointly and severally,firmly by these presents. 1 WHEREAS,Principal has submitted or is about to submit a bid to the Obligee on a contract for r AUahmayzr Drive RAIerRtinn Pralert Nn 81004 State Rlork Grant Nn Aire 02540R ("Project"). NOW, TtIEREFORE, the condition of this bond Is that if Obligee accepts Principal's bid,and Principal enters into a contract with the Obligec in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract 1 documents,then this obligation shall be void; otherwise the Principal and Surety will pay to the Obligee the difference between the amount of the Principal's bid and the amount for which the Obligee shall in good faith contract with another person or entity to perform the work covered by the Principal's bid, but in no event shall the Surety's and Principal's liability exceed the penal sum of this bond. Signed and sealed this 7_ th day of June 2005 1 • .Sam.Geloss rnnatrurtinn (Seal) 1 Principal By: D'o'y ��a.!?r— RM'r/-K- 1 CONTRACTORS BONDING AND INSURANCE C PA 1 Attorney-' act 1 Larry D.IfAerlens 1 i 1 I; a L�IVIIT�D �'OW�R OF �TT'OY , � smsuawNCC 'Not Vali d fi)r Bonds Power ofAttorne3 Executed On orAfter: MAY 31ST, 2006 Number: 967ee4 "Onlyan-unalteredoriginaldflhisl'bwcrbfAttorneydocumcntisvalid.:A valid original of this document is printed on gray ' •1r •security paper with black and red ink and hears the seal of Contractors Bonding and Insumnce Company(the"Company").' .� 'Thc original document contains a watermark with the Jetters"chic"embedded in the paper ratber than ;printed upon it,The watermark appears in the blank space batcath the words"Limited Power of Attorney"at the top of the document and is visible when the document is held to the light.This document is valid solely in connection with the execution and delivery of ' ',I - thabond bearing the numberindicated below,andprovided also thatthe bond isof the type Indicated below.This document " � �is valid only if the bond is executed oil or before the date indicaednbove, , KNOW ALL MEN BY THESE, PRESENTS, that.the Company does hereby.make, constitute, .and appoint the-following. HARRY D. mnTBNS, SR it■ true -and"lawful it .Attoza0y(s)-in-8aot; wl.th full power and.authority .hereby conferred in its mame, place and stead, 'to.execute, .acknowledge and Asliver .no behalf of the Cotapaayr (1) Any•and all bonds and undertakings of suretyship 'given for any purpose, 'provided, .however, that no such,person shall •bs.authorized to execute .,i ;and .deliver.:say bood •or undertaking that shell obligate the Comtpany for any portion;of the penal sum thersof in excess of :$10,DOD,000, and provided, ' further, !that no.dlttorney-in-Fact shall haw the authority to .issue a bid or t proposal bond ffor :any project where, if a contract is awarded, atay:bond or : ,undertaking would.be required with penal sum in excess of $10,000,000; and (2) coasentse releases and other similar documents required by-an obliges under a 'contract bcaded 'by the Company. This appointment is made under the authority of r .the Board of Directors of the Compa aY.----------------------------------------- . " 1} -- ------------------------------------------------------------------------------ '---- -------'------------ l CERTIFICATE ' 1, the undersigned secret arn' of Contractors.Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power ofAtlotney remains in full force and effect and .has not been revoked. and, futhennore, that the resolutions of the Board of Directors set forth on the ' reverse aremow in full force and effect. t PK Bond Number ..BID BOND - 1' ' 7T6 JDNE 2005 Signed and scaled this day of l� ,i d `7. R� i� It.GJrr:Oland.SCCICIOD C111 • 1213 Valley Sneer • P.O. Box 9271 • Sean le,OVA 9810u•0271 ' (206) 622-7053•• (800)765-CBIC (Toll]Free),* (800)950-1558 (FAX) WWIr•,vuronm•ususnw t;( ' BOND NUMBER ' PERFORMANCE BOND JA6109 • pRINSNi GA(II S CrONS7TRUCTIONt INC. 3205 COUNTY ROAD 452 NEW BLOOMFIELD, MO. 65063 SURETY (Levi Name and Business Adrlressl STATE OF INCORPORATION ' CONTRACTORS BONDING AND INSURANCE COMPANY 1213 VALLEY STREET P.O. BOX 9271 SEATTLE, WA 98109-0271 WASHINGTON PENAL SUM OF BOND(Expressed in wnrdc and numerals) CONTRACT DATE ONE HUNDRED NINETY FIVE THOUSAND TWO HUNDRED EIGHTPDOILARS 195,208.00 JULY 5,2005 OBLIGATION ' KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR,and the above named SURETY hereby bind themselves unto City of Jefferson,320 E. McCarty Street Jefferson City Missouri,as OBLIGEE,hereinafter referred to and called OWNER, in the penal sum stated above,in lawful money of the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, ' CONTRACTOR has entered into the written contract agreement identified hercinabove with the OWNER for the fallowing project: Project Name: WEHMEYER ROAD RELOCATION AIRE 025-40B • Project Location: WEHMEYER ROAD. JEFFERSON CITY, MO. which said contract and associated contract documents, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. CONDITION NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly and faithfully perform all undertakings,covenants,terms, conditions and agreements of the Contract during the original term of the Contract and any extensions thereof that are granted by the OWNER,with or without notice to the SURETY,and during the period of any guarantee or warranties required under the Contract, and if CONTRACTOR shall perform and fulfill all ' undertakings, covenants,terms,conditions and agreements of any and all duly authorized modifications of the Contract that hereafter are made, then this obligation shall be void; othenvise it shall remain in full force and effect subject to the following additional conditions: 1. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accompanying the same, shall in any way atfect the SURETY'S obligation on this bond; and SURETY hereby ' agrees to waive notice of ant,and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract,work or specifications. 2. Whenever CONTRACTOR shall be and declared by the OWNER to be in default under the Contract,the Surety shall promptly and at the SURETY'S expense remedy the default by implementing one or more of the following actions: a. Arrange for the CONTRACTOR,with consent of the OWNER,to perform and complete the Contract;or b. Undertake to perforn and complete the Contract itself, througb its agents or through independent • contractors;or c. Obtain bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract for perfomance and completion of Ibe Contract;arrange for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER'S concurrence, to be secured with performance and payment bands executed by a qualified surety equivalent to the Bonds issued on the Contract; and - 81 - ' make nvailnble as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or compaction arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and • damages for which the Surety may be liable hereunder,the penal sum of the bond. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by OWNER to ' CONTRACTOR under the Contract and any amendments thereto, disbursed at the rate provided in the original contract, less the amount properly paid by OWNER to CONTRACTOR. ' d. With written consent of the OWNER, SURETY may waive its right to perform and complete,arrange for completion or obtain a new contractor and with reasonable promptness, investigate and determine the amount the SURETY is liable to the OWNER and tender payment therefor to the OWNER. 3. CONTRACTOR and SURETY agree that if in connection with the enforcement of this Bond, the OWNER is required to engage the services of an attorney, that reasonable attorney fees incurred by the OWNER, with or without suit,are in addition to the balance of the contract price. 4. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the successors or assigns of the OWNER, ' WITNESS In witness whereof,this instrument is executed this the 22ND day of JUNE 2Q-05—. ' INDIVIDUAL PRINCIPAL: Company Name: ' Signature: '• Name and Title: CORPORATE PRINCIPAL: ' ATTEST: Corporate Name: SAM GAINES CONSTRUCTION INC. Signature: n�Y.[ly Signature: ' Name and Title: R! IGr% 644^)e* e&&:9 044amc and Title: SAM GAINES 111'41& j9y4,. (Affix Corporate Seal) ' SURETY: ATTEST: Surety Name: CONTPACTORS BOND iG AND INSURANCE CO ' Signature: Signature: Name and Title: Name and Title: LARk D MERTENS ' (AOfx Seal) (Attach Power ofAttomey) OWNER ACCEPTANCE: ' The OWNER approves the form of this Payment Bond. ' ATTEST: Date: • Signature: Signature: ' Name and Title: Name and Title: (Affix Seal) ' .82- BOND NUMBER ' PAYMENT BOND JA6109 • PRINCIPAL(Le�nl Name and Business Address) SAM CAI1 S CONSTRUCTION INC. ' 3205 COUNTY ROAD 452 NEW BLOOMFIELD, M0. 65063 SURETY (Legal Natne and Business Address) STATE OF INCORPORATION ' CONTRACTORS BONDING AND INSURANCE COMPANY 1213 VALLEY STREET P.O. BOX 9271 SEATTLE, WA 98109-0271 WASHINGTON PENAL SUM OF BOND(Expressed in words and numerals) CONTRACT DATE ONE HUNDRED NINETY FIVE THOUSAND TWO HUNDRED EIGHT DOLLARS 195,208.00 JULY 5, 2005 OBLIGATION KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, herchnnfler referred to and called ' CONTRACTOR, and the above named SURETY hereby bind themselves City of Jefferson, 320 E. McCarty Street Jefferson City Missouri,as OBLIGEE,hereinnfler referred to and called OWNER,in the penal sum stated above, in lawful money of the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our heirs, ' executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, CONTRACTOR has entered into the written contract agreement identified hereinabove with the OWNER for the following project: Project Name: WEIRMER ROAD RELOCATION AIRE 025-40H ' • Project Location: WORMER ROAD. JEFFERSON CITY, NO. which said contract and associated contract documents, including any present or future amendment thereto, is incorporated ' herein by reference and is herchnafler referred to as the Contract. CONDITION NOW, THEREFORE,THE CONDITION OF T141S OBLIGATION is such that, if CONTRACTOR shall promptly make payment to all employees, persons, firms or corporations for all incurred indebtedness and just claims for labor, supplies, materials and services famished for or used in connection with the performance of the Contract,then this obligation shall be void;otherwise it shrill remain in full force and effect subject to the following additional conditions: ' I. CONTRACTOR and SURETY indemnify and bold harmless the OWNER for all claims, demands, liens or suits that arise from performance of the Contract ' 2. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work perforated thereunder or the specifications accompanying the same, shall in any way affect the SURETY'S obligation on this bond; and SURETY hereby ' agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract,work or specifications. 3. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of tiny beneficiary ' hereunder,whose claim may be unsatisfied. 4. The amount of this bond shall be reduced by and to the extent of tiny payments made in good fnith hereunder. 5, Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the • Contract and to satisfy claims, if any, under any Performance Bond. By the CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR In the performance of the ' Contract are dedicated to satisfy obligations of the CONTRACTOR and the SURETY under this Bond, subject to the OWNER'S priority to use the funds for the completion of the project. ' • 83 - WITNESS • In witness whereof,this Instrument is executed this the 22ND day of JUNE 2005 , ' INDIVIDUAL PRINCIPAL: Company Name: ' Signature: Name and Title: ' CORPORATE PRINCIPAL, ATTEST: Corporate Name;SAM Q GAINES QCONSTRUCTION INC. ' Signature: ( tee t�*� /Signature: ./,Y ", i,21,_ �'sJ� y Name and Title: f t,lc�G!�)r��s 10MSi4 1-Namc and Title: SAN GAINES �/ E e ' ,W, (Affix Corporate Sea]) SURETY: ATTEST: Surety Name: CONTRACTORS BONDING AND INSURANCE CO ' Signature: Signature: Name and Title: Name and Title; ' • (Affix Seal) (Attach Power of Attorney) OWNER ACCEPTANCE: ' The OWNER approves the form of this Payment Bond. ATTEST: Date: ' Signature: Signature: ' Name and Title; Name and Title: (Affix Seal) 1 • ' -84- a 0 N'h M I & I ,OD LIMITED POWER OF ATTORNEY Sj INSURANCE Not Valid for Bonds Power of Attorney Executed On or After: MAY 3113T, 2006 Number: 9671189 Only rm uu;dtereJ original of this 1'ou•crofAUamey document is valid.A valid original of this docummnt is printed nlr bray , security paper%vilhbiaek and red ink Ind bears the seal of Contractors bonding and Illsillance cornpally(%he"Coillpilly"). ' ��� 'fhe original docunreul contains a w;dennosk with the Icflers"ebic"embedded in the p;gtcr rather Ilum printed upon it,'fhe watermark appears in file bhok space bellemb file words"I-1111ilcd Power ofAltorne) at the loll of the document and is visible when the document is held In[lie ligIll.'I'llis(locilillent is valid solely in connection vvitit tire execution and delivery of the bond bearing the iminbcr indicated below,and provided also that the bond is of the type indicated below.'I'llis document is valid only irtlic bond is executed on or before tire date indicated above. tt KNOW ALL ION BY TH3,70 PRESENTS, that the company done hereby snake, constitute and appoint the followings LARRY D. WERTENS, SR its true and lawful AttorneY(n)-in-Fact, with full Power and authority hereby conferred in its name, place and stand, to execute, acknowledge and deliver on behalf of the companyt (1) any and all bonds and undertakings of ouretyohip given for any purpose, provided, however, that no ouch person shall be authorized to execute and deliver any bond or undertaking that shall obligate the company for any i.portion of the penal sum thereof in exceso Of $10,000,000, and provided, further, that no Attorney-in-Fact shell have the authority to issue a bid or Proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal aum in excess Of $10,000,0001 and (2) constants, releases And other similar documents required by an obligee under a contract bonded by the Company. This appointment in made under the authority of the Board of Directors of the Company------------------------------------------ ------------------------------------------------------------ ------------------- ----------------------------------------------------------------------- ---- -- - -------- -:-------:----:------- --- ------------::- ------- ---- -------------- ----------- -------- --------------------------- ------------------------------------- ------------------------------W------ ------------------- -----------------------w------------------------------- CERTIFICATE 1, the undersigned secretary of Contractors Bonding and insurance Colill)ally, a Washington corporation, DO I H-REBY CER'I'll"Y that this Power ol'Altorlicy remains in fill force and effect and has 1101 been revoked, and, hilberinorc, that the resolutions of file Board of Directors set forth on the reverse are now in Full forcC and eftcCl. Bond Number JA6109 Signed and scaled this 22ND (lily of JUNE 2005 01-0 It,Kirk Nalld,Secrelary CRIC 9 1213 Valley Street • P.O. Box 9271 e Seattle,WA 98109.0271 (206)622-7053 • (800) 765-CI31C (Toll Free) a (800)950.1558 (FAX) Kul I10AWAN051 I(" 111W 11111 14 11 11 11 1111 11 ,;oX11116 Q 1 11 111111� 0 1 ij! Form of • CONTRACT AGREEMENT City of Jeffeson State Block Grant Project No.AIRE 025—40B ' THIS AGREEMENT,made asofthis day of 20_gfis BY AND BETWEEN ' the OWNER: Name: City of,lefferson Address: 320 East McCarty Street ' City/State/Zip Code:Jeffeson City MO,65101 And the CONTRACTOR: Name: Sam Gaines Construction Address: 3205 Country Road 452 ' City/State/Zip Code: New Bloomfield,MO 65063 WITNESSETH: WHEREAS it is the intent of the Owner to make improvements at Jefferson City Memorial Airporl generally described as ' follows; Relocation of Wehmcyer Drive ' hereinafter referred to as the Project. NOW THEREFORE in consideration of the mutual covenants hereinafter set forth,OWNER and CONTRACTOR agree as follows: ' Article I —Work It Is hereby mutually agreed that for and in consideration of the payments as provided for herein to the CONTRACTOR by the OWNER, CONTRACTOR shall faithfully furnish all necessary labor, equipment, and material and shall fully ' perform all necessary work to complete the Project In strict accordance with this Contract Agreement and the Contract Documents. Article 2—Contract Documents CONTRACTOR agrees that the Contract Documents consist of the following: this Agreement, General Provisions, Supplementary Provisions, Specifications, Drawings, all Issued addenda, Notice-to-Bidders, Instructions-to-Bidders, Proposal and associated attachments, Performance Bond, Payment Bond, Wage Rate Determination, insurance ' certificates, documents incorporated by reference, documents Incorporated by attachment, and all OWNER authorized change orders issued subsequent to the date of this agreement. All documents comprising the Contract Documents are complementary to one another and together establish the complete terms, conditions and obligations of the ' CONTRACTOR. All said Contract Documents are incorporated by reference into the Contract Agreement as If fully rewritten herein or attached thereto. Article 3—Contract Price ' In consideration of the faithful perfomance and completion ofthe Work by the CONTRACTOR in accordance with file Contract Documents,OWNER shall pay the CONTRACTOR an amount equal to: • $ One Hundred Ninety Five Thousand Two Hundred Eight Dollars $195,208.00 (Amount In Written Words) (Amount in Numerals) ' -85- ' subject to the following; ' • a. Said amount is based on the schedule of prices and estimated quantities stated in CONTRACTOR'S Did Proposal,which is attached to and made a part of this Agreement; b. Said amount is the aggregate sum of the result of the CONTRACTOR'S stated unit prices multiplied by the ' associated estimated quantities; c. CONTRACTOR and OWNER agree that said estimated quantities are not guaranteed and that the ' determination of actual quantities is to be made by the OWNER'S ENGINEER; d. Said amount is subject to modification for additions and deductions as provided for within the Contract General Provisions. ' Article 4—Payment Upon the completion of the work and its acceptance by the OWNER, all sums due the CONTRACTOR by reason of faithful performance of the work,taking into consideration additions to or deductions from the Contract price by reason of alterations or modifications of the original Contract or by reason of"Extra Work" authorized under this Contract, will be paid to the CONTRACTOR by the OWNER after said completion and acceptance. ' The acceptance of final payment by the CONTRACTOR shall be considered as a release in full of all claims against tine OWNER,arising out of,or by reason of,the work completed and materials furnished under this Contract. ' OWNER shall make progress payments to the CONTRACTOR in accordance with the terms set forth in the General Provisions. Progress payments shall be based on estimates prepared by the ENGINEER for the value of work performed and materials completed in place in accordance with the Contract Drawings and Specifications. • Progress payments are subject to retainngc requirements as set forth in the General Provisions. Article 5—Contract Time The CONTRACTOR agrees to commence work within ten (10) calendar days of the date specified in the OWNER'S Notice-to-Proceed. CONTRACTOR further agrees to complete said work within 90 DAYS of the commencement date stated within the Notice-to-Procced. ' It is expressly understood and agreed that the stated Contact Time is reasonable for the completion of the Work,taking all factors into consideration. Furthermore, extensions of the Contract Time may only be permitted by execution of a formal modification to this Contract Agreement in accordance with the General Provisions and as approved by the OWNER. ' Article 6—Liquidated Damages The CONTRACTOR and OWNER understand and agree thin tittle is of essence for completion of the Work and that ' the OWNER will suffer additional expense and financial loss if said Work is not completed within the authorized Contract Time. Furthermore, the CONTRACTOR and OWNER recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of requiring such proof, the CONTRACTOR expressly agrees to pay the OWNER as liquidated damages the non-penal sum of$500,00 per day for each calendar day required in excess of the authorized Contract Time. Furherrmmore,time CONTRACTOR understands and agrees that; ' a, the OWNER has the right to deduct from any moneys due the CONTRACTOR,the amount of said liquidated damages; ' b. the OWNER has the right to recover the amount of said liquidated damages from the CONTRACTOR, • SURETY or both. ' Article 7—CONTRACTOR'S Representations ' -86- The CONTRACTOR understands and agrees that all representations made by the CONTRACTOR within the Proposal Fornm shall apply under this Agreement as if fully rewritten herein. ' • Article 8—CONTRACTOR'S Certifications The CONTRACTOR understands and agrees that nil certifications made by the CONTRACTOR within the Proposal shall apply under this Agreement as if fully rewritten herein.The CONTRACTOR further certifies the following; a. Certification of Eli•ibl, ilit_v(29 CFR Part 5.5) I. By Entering into this contract, the CONTRACTOR ccnifics that neither he or she nor any person or firm who has nn interest in the CONTRACTOR'S firm is a person or firm ineligible to be awarded ' Government contracts by virtue of Section 3(u)of tile Davis-Bacon Act or 29 CPR 5.12(a)(1); ii. No part of this contract shall be subcontracted to any person or firm ineligible for award of a ' Government contract by virtue of Section 3(a)of the Davis-Bacon Act or 29 CrR 5.12(a)(1); iii. The penalty for making false statements is prescribed in the U.S.Criminal Code 18 U.S.C. b. Certification of Non-Segrceated Facilities(41 CPR Part 60.1.8) The federally-assisted construction CONTRACTOR, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to ' perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER ccnifics that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a ' violation of the Equal Opportunity Clause,which is to be incorporated in the contract. As used in this certification, the tern "segregated facilities"means any waiting romps, work areas, restrooms, ' • and washrooms, restaurants and other eating areas, timeciocks, 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 on the basis of race,color,religion,or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical ' certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and[lint it will retain such certifications in its files, ' Article 9—Miscellaneous u. CONT'RACT'OR understands that it shall be solely responsible for the means, methods,techniques,sequences and procedures of construction in connection with completion of the Work; ' b. CONTRACTOR understands and agrees that it shall not accomplish any work or furnish any materials that are not covered or authorized by the Contract Documents unless authorized in writing by the OWNER or ' ENGINEER; c, The rights of each party under this Agreement shall not be assigned or transferred to any other person, entity, firm or corporation without prior written consent of both parties; d. OWNER and CONTRACTOR each hind itself, their partners, successors,assigns and legal representatives to the other party In respect to all covenants,agreements,and obligations contained in the Contract Documents. ' Article 10—OWNER'S Representative The OWNER'S Representative,herein referred to as ENGINEER, is defined as follows: ' City of.leffeson • 320 E. McCarty Street Jefferson City,MO 65101 -07- 1 1 Said ENGINEER will act as the OWNER'S representative and shall assume all rights and authority assigned to the ENGINEER as stated within the Contract Documents in connection with the completion of the Project Work. ' • IN WITNESS WHEREOF,OWNER and CONTRACTOR have executed five(5)copies of this Agreement on the day and year first noted herein. OWNER CONTRACTOR 1 Name: Name: Sl4✓Y) t^Y6 t t-J U5 1 Address: C Address: 3aas' V 17 ey By: �91-1! Signature 1�/J � 1 Tide of Rep esentadve Trrle of RepresentatIve 1 ATTE g, ATTEST By: By: Slgnantrc Signature 1 (,1TY cl ER K v TWO Title 1 1 A tad o Form: 1 C ounselor 1 1 1 � 1 1 -88- U//14/2885 UIJ:40 8006978310 MUTUAL OF OMAHA PAGE 03 orlon wca�v CERTIFICATE OF LIABILITY INSURANCE or .I.w.. IfW MUI Af A MUTTER OFINFORMATION ONLY AND COM MIl NO MOMS UPON TOM CERTIFICATE • W Awaat gwlef• VOIDER.TIYf CgtTIACAT[COO NOT AMEND.EXTEND OR 0115 Yaterans beacrlal parkway ALTSM THE COVERAGE AFFORDED BY TIIO rOLIC1EHI KLOW. ' about, ND 97166 M f►Oael Rf i•f7a•ct1D Taal u6•07{•771{ MOW1iR0 AFFORDIHO COVERAGE NAICf at4w wwW.A Amity161{6 Meet /aA Gaine4 crletractlm. sue. rrt ' am Oa1Nt pr. 3209 aiw�siald 1,c 47003 wwaa OOYlIMOED AIwCt1YwMWrl4�a.laA'.NIIYMIwMM.�wrIMnTAAti.wrrwblw wlMww�w ..IIaiM.wwraww•awes.we.wrrtaerw.n4wwfnwYnr4rwuwrrarr W.w.lw AYIrOwlrw/t.aV IPYIMIYrwlwla Wt..tYYtwr Iw.aatla4ww�Aww[+ Iw4Y VMa71wil4w.w.r•.MAwM11.W Yr • aY.YIYM Ai/awW� Iw11 w 1a{Y .N.wwva 4aMalwlA w.a:cwru 130000D0 A f rr4pttwVYVwr. thin 01/01/05 01/01/06 wtra 1100000 a.w4+r FRI wn. •••.•.,,...,.� 1 1000 wrw.w .uA :1 1000000 ' sterlawwn 11000000 rlrtunlw.wnwwl w+wen•wwo.w 11OD0000 wa. k �° w wlaww111taA 1w41wtlwtlYl ' A wnww 3.16667 01/01/05 01/01106 wl�t a 504000 Yl�ww•n1 4w..wM. a Iorrlullt A•w� 1 ' s INSURANCE I EVIEWED IwwA.Y4.Y , w.u+ ' • i YwIw1A i Iw4t•.ww4W^ 1 . aMOn. y1 1 YnalwI11YWYA��'' YPYIYwa,w 1 ' AlM �'OlaeWw wrYw :1 1 aaMA1 1 TY.M 1 1 ' wMrarrwwr Y .! .. w, A m6aT 01/D3/o{ 01/01/06 u«nwt�.l .300000 w0~ utwwYYw4w1 1]00000 aW�Iw 11 Wr611",. It 500000 ' A puiparot floater 1,]6{07 DS/03/0{ 01/0]/06 attYawr4W114w1{YAeeIMYIYgNw1 Vr Yealwwrw14r11aY.yA ' prolaet sA31R07H•00p wtareyer awed aeietetlnn ' C[RTIRCATE HOLDER CMICKIATION CI7Y.Tff wrtrlrttrwrawww4rwrrlw,lYrwwMlwrA ' IrlwO,+wwl4aarauarirwwr 7.0 wlwr.h city of eetiarer wrwrrwuwrurttwnMltw Mwtwlwww4W1 110 It ucc"gy awwwlweww.r4rnYwlrvrMlrtawrfww ieTTalaan city No 6!101 +w+11Fr ' km614 0 Corr AC01101{(t001Ai) OACORD CORPORATION 1 1 1 City of Jefferson ` t E John Landwehr ? Mayor ' • Department of Community Development Patrick E.Sullivan,P.E.:Director 320 East McCarty Street Phone: (573)634-6410 Jefferson City, Missouri 65101 Fax: (573)634-6562 ' Date: June 3, 2005 ' TO: All Plan Holders FROM: Jason Schnelde ' Design Enginee RE: Wahmeyer Drive Relocation—AIRE 026-40B ' Pro-bid Conference—May 31,2005 Summarized Questions and Responses A pre-bid conference was held in the small conference room of City Hall on Tuesday, May 31, 2005 for ' the above noted project. Those attending the pre-bid conference are as listed below: Name Representing 1. Jason Schneider City of Jefferson 2. Britt Smith City of Jefferson ' • 3. Gary Oldelehr City of Jefferson 4. Ron Helming Aplex, Inc 5. Kevin Rackers Kevin Rackers Excavating The meeting proceeded with a general discussion of the planned project and an overview of the specifications. This memorandum summarizes the proceedings of that meeting and the .questions received at the meeting. In addition, this memo contains any questions received by telephone, etc. after ' the meeting and prior to the closure of the questions period. Below are the items that were specifically discussed. GENERAL COMMENTS: ' No Addendum Issued on the project. No questions will be allowed after 12:00 PM,Thursday,June 2, 2005. CONTRACT TIME: 90 Calendar Days ' BID OPENING: Tuesday,June 7, 2005 at 1:30 p,m. LIQUIDATED DAMAGES: $500.00 a day, of erson COMMUNITY DEVELOPMENT 'building a better community ' F:(CITKPROJECTSt61110a.Aeport rid Reloovion4Prc 110 Notes dnc 1 1 • PLAN REVIEW: 1 Attention was drawn to several areas of the plans and specifications. • Please be aware of the safety requirements a copy of the FAA AC 150/5370-2E is Included In the specification booklet. 1 • The project is partially fund through Federal Funds so there is a State and Federal Wage rate Included in the project,the highest of the 2 rates should be paid. • Technical specification should be reviewed In detail, they are not the standard city specifications. • The traffic control plan Is located on the location map on the cover page and Is incidental to the 1 project. • Horizontal control is provided on page 2 construction staking shall be incidental to the project. • Chain link fence&gates shall match exist fence&gates at the airport. QUESTIONIANSWER Aeceived at the prabid meeting and those received by telephone, etc. prior to 12:00 PM Thursday June 2.2005) ' NO QUESTIONS HAVE BEEN RECEIVED. 1 JS:js C: Project File ' Plan Holders 1 • i 1 1 1 1V� ... r„ 1 f erson MMUNIfY DEVELOPMENT building a bettor community" 1 FACITY•PROJECTS111001•Airport Rd RelocauonTre ail Notes.doc