Loading...
HomeMy Public PortalAboutORD13794 BILL NO, 2004-75 SPONSORED BY COUNCILMAN _._ Martin _ ORDINANCE NO, AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ANCHOR FENCE FOR AIRPORT FENCE PROJECT. WHEREAS, Anchor Fence has become the apparent lowest and best bidder on the Airport Fence project (No. 61018); NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of Anchor Fence is declared to be the lowest and best bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Anchor Fence for Airport Fence (Project No. 61018). 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: i� fir!_,., •1�_ !,.G. _� Approved: Presiding Officer U Mayor ~� ATTEST: APPROVED AS TO FORM: /_,� City Clerk City GOLinselor a FINANCE DEPARTMENT �!s 13URCI-IASING DIVISION SUB,II CT: laid 2165 - Perimeter Fencing, .len'erson (.'ity Memorial Airport, Community Developmcnt Opcned on Aul;ust 241 2004 BIDS RECEAVl:ra: Anchor Fence Co., Springfield, Mo 144,198.00 Fence Pro/Dianumd Fence, .Iefferson City, M() 189,625.00 D & S Fence, Festus. MO 194,450.00 American Fence Co.. Inc.. Grandview. MO 217,250.00* Incomplete I'ISCAL NO°I'l?: 6100-6100-7000-0030 - Purchase/Improve Land & Building 2003-2004 Budget $ 33'1000.00 L?xpended 1.725.00 Encumbercd -0- Bid 2165 144,198.00 Balance $ 186,077.00 I'AS"T PE?IZFORMANC'I : The City does not have recent experience with this vendor, however stafl'believes this vendor will complete the project as specified and hid. RECOMMENDATION: It is the recommendation ol'stalI'to award the hid to Anchor Fence Company ol'Springlield, Missouri in the amount oi*$144.198.00. ATTACHMENTS - SUPPOR'TINO DOCUMENTATION 'Tabulation of Bids, Departmental Recommendation Signatur Pur'chilsing A ! Director, Col rnunity Development • chy 4l ... e erson � 11 OCIMM:.IJULY DfV;VIRrCtENT' Memorandum Pa1TIcR 4.Fluwwr.,Pr.;Uinccrnn 320 East McCarty Street Jefferson City, Missouri 65101 Phone: (573) 634-6410 Fax (5 73) 634-6562 •www.jeffcitymo.org Date: September 9, 2004 To: Terry Stephenson - Purchasing Agent, Finance From: Matt Mornsch, P.E. - Deputy Director for Public. Works Re: Airport Fence Project Project No. 31018, Bid No. 216.5 Public Works has completed a review of the bids opened at 1:30 I'M on August 24, 2004 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 four(4)bids that were received for the project. • Based on our review, we recommend acceptance of the base bid from the low bidder, Anchor Fence, ® 5775 S. Campbell Ave, Springfield, MO 65810. The bid $144,198.00, will be funded by a 90%grant with the 10% match coming from the t/2 cent sales tax. The project will be expensed as follows: Anchor Fence Contract ($144,198.00): Account Number: Amount ,available: Required: Remaining: 6100-6100-7000-0030 (airport Grant)$ 330,275.00 $ 144, 198.00 (fence) $ 186,077,00 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 F:1CI'1'1'-1'RO.IIiC'fS\G1018-Airport I erring\I'urchaKinl;A4unxi,dnc J LLJ 7I CL W 0 a d� z M Oi h: 4 (tyy w V, 1 w VfN -- w N e(} p 0 V logo OOt ' O EL r�i � It o00c� � v� tnNv, t� 2 �Oa�jj 100�8n L10n G 0 In a 00 N N m U O) m N N Vf ( O h N 1/1 w N VI N CL ILI U J�Ito0Inno9 LL IX 6toat-� oa p w om o V N t rj tnN� Z w o000 oa C) a o 0 0 a o M to' 2) cic mr tnt+> oo ON m� 0 V " m V t0 N �- Q ID[V C ff w �f C S�Q 060 Mw M NV W `o pOOov U a °' oog o °a WF ° 1° a vMi= °000va, °o U. 1,•V) �V) 'wi j u w W N W w O C7 O O O O 0 O Q H O N O o o O N o nv, 0oom �Da �4 M tvtnv, a) N ao V a a W wv�tNirvNiv, Y w N W r °00 o O o Z W M tV o O to U7 6 Z U w M n N V ^ N Z 7 M w w a to w �< a 0 � Z � yoj tON V �' d W Q d z(1) QQ ¢¢dd .J L-Ij @ fn W m W rQ- W U W2 Py Z N M C9 W Fw 0w (nn ti tL m a, m m z ww tx miu iv io '� aQmUf] O � o N O S Zr N M V N tQ d C) m to CONTRACT DOCUMENTS , 5 All d � a 1AYAN.. .,..- 1825 .. 'L CITY OF JEFFERSON :1 mom SPECIFICATIONS AND CONTRACT DOCUMENTS AIRPORT FENCING PROJECT PROJECT NO. 61018 STATE BLOCK GRANT NO. AIRE 015-40B • r����i4���acmc�ees,,i i 4N, ` iT E-16 . 9 !.c„�rv�. 6 •j � 5S�0����0 i . . ' Jefferson City Department of Community Development JULY 2004 i BID DOCUMENTS & SPECIFICATIONS TMILE Of-'CONTENTS SECTION I NOTICE TO BIDDERS/INVITATION FOR BID............................................................................ 6 NTBiIFB (Abbreviated Fonn)............................................................................................................ S SECTION 2 INSTRUCTIONSTO BIDDERS....................................................................................................... 9 SECTION 3 GENERALPROVISIONS(FAA)...................................................................................................... I() SEC3710N 4 SPECIALPROVISIONS ................................................................................................................... 44 Part A - FEDERAL AND STATE REQ[TIRE.MFNTS.............................................................. 44 Part B -FAA and MoDOT REQUIREMENTS 68 PartC - STATE.......................................................................................................................... 74 PartD LOCAL......................................................................................................................... 74 Part E -FEDERAL AND STATE WAGE RATES ................................................................... 76 SECTION 5 TECHNICAL SPECIFICATIONS..................................................................................................... 77 APPENDIX ADVISORYCIRCULARS................................................................................................................ 90 '04 ./FO gOI . . AI RM . BIDPROPOSAL ............................................................................................................................... 91 PERFORMANCEBOND.................................................................................................................. 95 PAYMENTBOND ............................................................................................................................ 97 CONIRACr AGREEMEN............................................................................................. ................ 99 r SECTION 1 NOTICE.T0 i IDDLRSANViTATION FOR iiIDS City of'Jcfierson.Missouri Jefferson City Memorial Airport State Block Grant Project No. AIRE 0154013 OFFICE OF PURCHASING AGT:N'1'.CITY OF.11:FiTRSON DATE:: July 2. 2004 Sealed bids, subject to the conditions contained herein. will be received until 1:30 P.M., Tuesday, August 24, 2004, at the office of the Purchasing Agent and then publicly opened and read in the Council Chambers of the City of Jefferson. for furnishing all labor and materials and performing all work for perimeter fencing and associated gates, at the Jefferson City Memorial Airport located at S(l0 Airport Road. Jefferson City. Missouri. The approximate quantities involved in the proposed work arc: 1. Woven Wire}'once.Class C 17.700 L.F. 2. 6' Chain Link fence ►;.(►00 ' 3. Type"A"Gate, Cantilever Sliding Gate 6 TA. 4. Tape "B" Gate. Double Swine Crate 2 [.A 5. Type "C"Gate.Agricultural Gate 1 E V 6, "Typc'`D" Gate, Single Swine Crate 1 }.:A. Copies of the plans and specifications and wage rate tyre on file and may he inspected or obtained at: Department of'Community De v-lopment Cite of Jefferson 320 1 ast McCarty Jefferson City.Missouri 65101 Plans and specifications and wage rata decision may be obtained from the Department of Community Development of The City of Jefferson upon receipt of a non-refundable deposit of S30. A prebid conference for this project will be held at 10:011 A.M. oil Nlonday. Au«ust 16. 20114 in the Lower Level Conference ii0onr of Cit) Hall. The Cite of Jefferson. Bid C.uarapty, No bid will be considered unless accompanied by a certified check or cashier's check on any bank- or trust comptuly 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 b\ an approved surety or sureties, payable to the owner, far not less than five (5)percent of the amount of the bid. Performance & i'ayinelit Bond. The sucecssfirl bidder will he required to furnish separate performance and payment bonds each in in amount equal to i 00` of the contract price. Federal and State Wake RUILirtnifuus. to accordance with the T)avis-Bacon Act, as amended. the Contractor will be required to comply with the wage and labor requirement:: and to pay minimum wauCs ui accordance with the schedule of wake rates established by the United fitates Departnlant of Labor included it the Special Provisions. The contractor will also he required to comply with the wage and labor regUlrCn1er11S and pay nlinullunl wages in e accordance with the schedule 0f'wage rates established by the Missouri Divislon cif Labor Standards included in the Special Provisions. ' The highest rate between the two (Federal and State) fclr each job classification shall be considered the prevailing wage. r ie, f,L1 r,U1)vr1h,e contrnetors and subcon ractors�►f nonsetwettalvil facil' ies. 'I'll(- successful bidder will be required to submit a certification of Nonsegregated Facilities (included in the proposal form) and to notify prospective subcontractors of the requiretnent for such it certification where the subcontract exceeds 510,000. See Special Provisions 16& 17 of the Required Federal and State:Clauses. CoMRfinnce Reports - Executive Qrder 11246 as gm�nded. Within 30 days after award of tliit: contract, the Contractor/Subcontractor shall file it compliance report (Standard Form 100) if s/he has not submitted it contp)ctc compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: 1. Contractors/Subcontractors are not exempt based on 41 CFIZ 60-1,5. 2. Has 50 or more emplovees. 3. Is a prime contractor or first tier subcontractor. 4. There is a contract~subcontract, or purchttse order amounting to 550,000 of more. Notice of Reanlrement for Affirmative Action to Ensure Ecfoftl Etnplt►}mcnt Onpnrturtit3, (Executive Order 11,246, as amended). The Offer's or Bidders attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Emplovment Opportunity Construction Contract Specifications" set ford herein. See Special Provision 15 of the required Federal and State Clauses. Pre-awed S omnliancc Review. Upon the request of the Department of Labor. a sponsor will not enter into contracts or approve the entn, into contracts or subcontracts with any bidder, prospective prime contractor, or proposed subcontractor named by the Department of Labor until a pre-award compliance review has been conducted and approved with a determination that the bidder, prospective prime contractor or proposed subcontractor will be able to comply with the provisions of the Equal Opportunity Clause. Nontroeurement L sL The "Nonprocurement List" is that portion of the "List of Parties Excluded from Federal Procurement and Nonprocurement Programs" compiled, mainwined. and distributed by GSA which contains the names and other information about persons or companies who have been debarred, suspended, or voluntarily excluded from participation in Federal programs. An individual or company named in the "Nonprocurement List" ' map not be awarded a grant, a contract, or a subcontract except as provided in 49 CIF. Pan 29. Sponsors are encouraged to subscribe to the List through the Government Printing Office(GPO). Certification R=aiding DisharmenL Suspension, Iinelieihility, and Voluntan, Exclusion, The biddevoi;eror t certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from pirrucipation in this trartsactior,by any Federal department or agency. See Special Provision R of the required Federal and State Clauses MB :Renuirement. The requirements of 49 CFR Pan 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of MoDOT and the city to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. All firms qualif-6ng under this solicitation are encouraged to submit bidstproposals. Awards of this contract will be conditioned upon satisfvIng the requirements of this section. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of 0%, percent has been established for this contract. The u,-13E biddCrrofl'eror shall subcontract ' 0%,, of the dollar value of the prime contract to disadvantaged business enterprises (DBE) or make good faith efforts to meet the DBE contract goal. TjLCLiiflcls!'1, •1,r ,E j, ', L:acw_114iLfl1!(thkY_ac a DBE it_ st[hcnnrrucrr wail, to another nor- S .f1Y1t1. must si i i Mc in ni of nJruci from tht to 9-1 ' 1?I;E tr 4L EILPart '.r„' . The apparent successful competitor Ail] be required io submit the following information: (i ) the names and ' addresses of DBE firnis that will participate in the contract: (2) a description of the worl: 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 bidderrofferor's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal: and (5) if die contract goal is not met. evidence of good faith efforts. as described!n 44=- ' r' r, ?(,. Foreign'Trade RestdclLus.The Offeror's or Bidder's attention is called to the"'Trade Restriction Clause -49 CFR Part 30 as set forth herein. See Special Provision 7 of the required Federal and State Clauses. DIM AMcrieatt.C.ertificule(Jan. 1991). By submitting a bid/proposal under this solicitation,except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies 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, Airport Job bSpecial Provision "Notice to all potential bidders on federally funded airport construction projects: As 1 mandated by Executive Order 1281 S. 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 Notices: Liquidated Damages are provided in paragraph F of the Bid Proposal. Modification to contract documents/specifications may only he made by written addendum The proposal, which is selected, will be based on the lowest aggregate bid submitted for the base bid and any combination of the alternative bids. The owner reserves the right to select any one of the combination of the base ' bid and alternates bids which best serves the owner's interest. Bids may be held by the owner for a period not to exceed (ill DAYS from the date of bid opening for the purpose of evaluation of the bid prior to award of contract. This section and all subsequent sections are complementary to cacti other and all together constitute the fill obligations of all parties. 1 SECTION 2 INSTRUCTIONS TO BIDDERS "Phis section contains excerpts of the bidding requirements from Section 20 of the General Provisions. The bidder's attention is directed to section 20 for complete details. 1. The apparent low bidder shall submit"evidence of competency" and"evidence of financial responsibility"to the owner no later than 3 days alter the specific(]date fir opening bids. 2. Bids must be submitted on the Ilid Proposal Form provided in the bound contract documents/specifications and shall not be removed. 3. The owner reserves the right to reject any hid and also the right to reject all bids. 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 hid 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. 5. Any and all addenda to the contact documents/specifications, in which a bid proposal is based, shall be ' acknowledged by the bidder by completing paragraph 13 on the bid proposal form. 6. Each proposal shall be enclosed in a scaled envelope, addressed to the owner, and identified in the upper left hand corner as follows: Bid of Name and .Address of Contractor for construction improvements to Jefferson City Memorial Airport. State Block Grant Project No.AIRE 015-40B. To be opened at 1:30 1'.1\1..on Tuesday.August 24.2001. Bids shall be delivered to the owner on or before the time and date specified at which time the bid proposals will be publicly opened and read. 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 material for the project. This provision shall apply to only those purchased totaling over $500.00 for and e individual supplier. All sales taxes on those items which do not qualify for the use the City's sales exemption and for which sales tax might lawfully be assessed against the City arc to be paid by the Contractor from 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, w • SECTION 3 GENERAL PROVISION'S ® INDEX TO GENERAL PROVISIONS SECTION 11) DEFINITION OF TERMS SEC'T'ION 20 PROPOSAL REQUIREMENT'S AND CONDITIONS 20-01 Advertisement 20-02 Qualification of Bidders 20-03 Contents of Contract Documents/Specifications 20-04 Issuance of Proposal Forms 20.05 Interpretation of Estimated Proposal Quantities 20-00 Examination of Plans, Specification and Site 20-07 Preparation of the Bid Proposal 20-08 Right to Reject Bids 20-00 Bid Guaranty 20-10 Delivery of Proposal 20-11 Withdrawal of Revisions of Proposals 20-12 Public.Opening of Proposals 20-13 Disqualification of Bidders SECTION 30 AWARI) AND EXECUTION OF CONTRACT 30-01 Award of Contract 30-02 Cancellation of Award 30-03 Return of Bid Guaranty 311.04 Itecluiremcnts of'Contract Bonds 30.05 I xecution of Contract 30-0() Approval cif Contract 30-07 Failure to Execute Contract SI; 1 50-10 Removal of Unacceptable mud l.lnauthorixad Work 50-11 Load Restrictions 50-12 Maintenance During Constntction 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 MA'ri,RIALS 60-01 Source of Supply and Quality Requirements 1 (i(►-02 Samples,'I ests and Cited Specifications 60-03 Certification ofComphance 60-04 1'111111 Inspection 60-05 Engineer's Field Office and Laboratory 60-06 Storage of'Materials 60-07 Unacceptable Materials 60-08 C)wtrer-Fumishecl Marenals SEC'T'ION 70 LEGAL RELATIONS AND RE''SPONSiBLITY 1'O PUBLIC 70-01 Laws to be Observed e 70-02 Permits. Licenses and'I axes 70-03 Patented Devices, Materials and Processes 70-04 Restoration of Surfarces Disturbed by Others 1 70-05 Federal Aid Particip;uion 70-06 Sanitary, Health and Safety Provisions 70-07 Public Convenience and Safety 1 70-08 Barricades. Warning: Signs and Hazard Markings 70-00 Use of Explosives 70-10 Protection and Restoration of Property and Landscape 70.11 Responsibility for Damage C'lainrs �. 70-12 "Third Party Beneficurry Clause 70-13 Opening Section of the Work to"l raffle 70-14 Contractor's Responsihilily for Work 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 70-I0 Furnishing Rights-of\Vay 70.17 Personal L.iahility of Public Officmis 70.18 No \Waiver of Legal Rights ' 70-19 ElIvrronnnental Protection 70-20 Archaeological find Ifistorical bindings SECTION 80 I'll OSECUTI0N AND PROCRI;SS 1 80-01 Sublettin). ofC'ontract 1 80-02 Notice ro Proceed 80-03 PrISCCation 1110 Progress 80-04 Limitation of )permuons 1 80-05 Character of\Vorkmall, Methods and Equipment 80-06 '1 cntporary 5uspensron of the \Vrrl; 80-07 Detail 111111t and F.xtensron of C.onuract 'I imc 80-08 Failure to Conrpleu'on Tnuc ' 80-0c) Defirult and 'I erminanon of C ontract 80-10 Termination for National kntergcrtctes SECTION 90 MEASURENIEN'T OF QUANTITIES • I I 90-01 Measurement of Quantities ® 90-02 Scope of Payment 90-03 Compensation for Altered Quantities 90-04 Pavment 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 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 General 100-02 Description of Program 100-03 Quality Control Organization 100.04 Project Progress Schedule 100-05 Submittals Schedule 100-06 Inspection Requirements 100-07 Quality Control Testing Plan 100-08 Documentation 100-09 Corrective Action Requirements 100-10 Surveillance by the Engineer 100-11 Noncompliance SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS ® 110-01 General 110-02 Method of Computing PWL t' SECTION 11) DEF INUION Oh TERMS Whenever the following terms are used in these specifications, in the contract. in any documents or other instruments pertaining to construction where these specifications govern.the intent and meaning shall be interpreted as follows,: 10-01 AASIITO. The American Association of' State Highway and 'Transportation Officials, the successor association to AASi-ITO. 10-02 ACCESS ROAI). The right-of-way, the roadway and all improvements constructed dtercon connecting tile airport to a public highway. 10-03 ADVER'TISEMEN'T'. A public announcement. as required by local ]aw, inviting bids for work to be performed and materials to be furnished. 10-04 All'. 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 terns air operations area shall mean any area of the airport used or intended to be used for the landing. takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intender] to lie 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 l-e used for the landing and takeofi'of aircraft,and includes its buildings and facilities. if any. 10-07 ASTM. The American Societe for'l-esting and Materials. I0-08 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. Every day shcnvn on the calendar. 10-12 CHANGE ORKIZ. A wTttten order to the Contractor c wering, changes in the plans. specifications. or r proposal quantities.and establishing the basis of'payanent and contract time adjustment, if any, for the work affected by such changes. The work.. covered by z change order.shall be within the scope of the contract. 10-13 CON'rRACT. The written agreement covering the work to be performed. The awarded contract shall A 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 ant addenda issued to bidders. 10-14 CONTRACT ITEM (PAY i,rEm). :% specific unit ofwork for which a price is provided in the contract. 10-15 CON'T'RACT TIME. The number of calendar days or working days. stated in the proposal. allowed for completion of the contract. including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. ' 10-16 CONTRACTOR. The individual. partnership. first. 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. ' 10.17 DRAINAGE SYSTEM. The system of pipes. ditches, and structures by which surince or subsurface waters are Collected slid 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 al)tools and apparatus necessary tirr 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 he necessary to cc»nplete the work within the intended scope of the contract is previously modified. 10-21 FAA. The federal Aviation Administration of the U.S. Department of Transpoi tation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL, SPECIFICATIONS. The federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Sei-vices 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 hemp 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 he understood that the direction, requirement. pennission, 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 LABORATORI'. The official testing laboratories of the oyster or such other 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. Tile field lighting includes all hirninous signals, markers. floodlights.. and illuminating devices used on or near the airport or to aid in dic operation of aircraft landing at, taking off from. or taxiing on the airport surface. ' 10-27 MAJOR AND MINOR CONTRACT ITEMS. A nia.lot contract item shall he any item that is listed in the proposal, the total cost of which is equal icy or greater than 20 percent of the total amount of the award contract, All other items shall be considered minor contract iterns. 10-28 MATERIALS. Any substance specified for use in the construction ofthe contract work. 10-29 NOTICE TO PROCii,ED. A \�TitlCn 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 teen owner shall mean the party of the first parr or the contracting agency ' signatory to the contract. I-or contracts. the term sponsor shall have the same meaning as the tern m mer. 10-31 PAVEMENT. The combined surface course. base course, and subbase course. if any, considered as a single unit. r - ta- 10-32 PAYMENT ROND. The approved fort of securty 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 tile.construction of tlne work. 10-33 PERFORMANC:T BOND. The approved form of security furnished try 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 he done and which are to be considered as a part of tic contract. supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to it particular airport. 10-36 PROPOSAL (RID). 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 furnished 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 area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing die contract w.;irk. 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 STRUCTUIZES. Airport facilities such as bridges: culverts; catch basins, inlets. retaining walls. cribbing; storm and sanitary sewer lines: water lines: underdrains: electrical ducts. manholes, handhodes. lighting fixtures and bases; transformers: flexible and rigid pavement;:: navigational aids: buildings: vaults: and. other manmade features e of the airport that may he encountered in the work and not otherwise classified herein. 10-41 SUBGRADI:. "]'lie soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receivt and fulfill instructions fi-om 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 inv 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 TAXIINVAY. 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 import authority for movement of aircraft to and front the airport's runways or aircraft parking areas. 10-46 WORK. The furnishinz of all labor. materials. tools. equipment, and incidentals necessary or convenient to the Contractor's perlirrmance of all duties and obligations imposed by the contract, plans. and specifications. 10-47 WORKING DAY. A working day shall he any day other than a legal holiday. Saturday. or Sunday on which the normal working forces of the Contractor may proceed with regular word; for at least 0 hours toward completion of the contract. linloss wort: is suspended for causes beyond the Contractor's control. Saturdays. Sundays and holidays on which the Contractor's forces engage in regular word:. requiring the presence of an inspector. will he considered as working days. t, SEX.110N 20 I'I2OPU5��1. I2E;QUIRF,M1'N'1'S �►Nll C'ONlll'I'lONS 20-01 ADVERTISEMENT. 20-02 QUALIFICATiON OF BIDDERS. The apparent low bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering tic bidder's past experience on similar work, it list of equipment that would be available for the work, and a list of key personnel that would be available. In addition. the bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statetnent or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports. the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. if the bidder's financial responsibility has changed. the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. If the bidder can provide evidence that s/he is prequalifred with the Missouri Department of 'Transportation (MoDOT) and is on the current MoDOT"bidder's list", such evidence of MoDOT prequalifrcation may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbetbre specified. The apparent low bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the owner no later titan 3 days after the specified date for opening bids, 20-03 CONTENTS OF CONTRACT DOCUM.ENTS!Sl'ECil ICATIONS. 'rite owner shall furnish bidders with bound contract documents/specifications which include the required bid proposal firm. All papers bound within die contract documents!specifications are necessary parts and shall not be removed. 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the riehi to refuse to issue a proposal form to a prospective bidder should such bidder be in default for art\,of lie following reasons: a. Failure to comply with any prequalifrcation regulations of the owner. if' such regulations are cited, or otherwise included. in the proposal as a requirement for bidding. b. Failure to pay. or satisfactorily settle, all bills due for labor and raterials on former contracts in force (with the owner)at the time the owner issues the proposal to a prospectiy,bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PiZOi'OSAL. QUANTITIES, An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of carefill calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agrce that the actual quantities involved will correspond exactly therewith;nor shall the bidder plead misunderstanding or deception because of'such estimates of quantities,or of the character,location, or other conditions pertaining to the work. Payment to the Contractor will be made only fen• the actual quantities of work perforned or materials furnished in accordanct� with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION Cif= �VORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. ' 20-06 EXAMINATION Oh PLANS. SPECIFICATIONS. AN[) SITE. The bidder is expected to carefully examine the site of the proposed work, tale proposal, plans. specifications, and Contract forrlls. He Shall satisfy himself as to the character, quality. and quantities of'work to be performed, materials to be furnished, and as to the requirements t ol'the proposed contract. The submission of a proposal shall be prima facie cwidCrlcc that the hidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as it)the requirements of the proposed contract,plans. and specifications. Boring logs and othei records of subsurface investigations and tests are available I'rr inspection of bidders, It is understood and agreed that such subsurface information, whether included in the plans, specificalions, or otherwise made available to the bidder, was obtained and is intended for the owner's design and estimating purposes only, Such inibrntation has been made available f'or the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF THE BID PROPOSAL. Each bidder shall specifj- 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 tie considered a valid bid. 'fire 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 he 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 ovvner, an obvious and apparent clerical error exists in the unit bid price for an item due to a misplaced deci nal. but the. extension appears to be correct and as intended in all respects. the owner may 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 interlineations, alterations or erasures except a bidder may alter or correct a unit price, lump sum price or extension entered on the bid 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. Any and all addenda to the contact documentsispecifications, in which a hio proposal is based, shall be acknowledged by the bidder by completing paragraph 1; on the bid proposal forni. Tile bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If'made by a corporation. tlae person signing. the proposal shall give the name of the state under the laws of which the corporation was chartered and the name. titles, and business address of the president. secretary. and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm rn'corporation. 20-08 RIGHT TO REJECT BIDS. The owner reserves the right to reject any bid and also the right to reject all bids. 20-09 BID GUARANTY. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or oust 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 surer, business in the state of Missouri). payable to the owner. for not less than five (5) percent of the amount of the bid. 20-10 DELiVERY OF PROPOSAL. The proposal shall be submitted in a scaled ell."Clope.addressed to the owner ' and plainly marked in the upper left hand corner with the name and business address of the bidder. airport name, project number, and the bid opening date and time on the outside. When sent by nail. preferably registered, the scaled proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening: all bids. Proposals received after the bid opening time shall be returned to the bidder unopened, 20-11 WIT7-IDRAW'Al- OR REVISION OF PROPOSALS. A bidder may withdraw or revise(by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified fair opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for-opening all bids. 17 20.12 PUBLIC OPi3.NING OF PROPOSALS. Proposals shall be opened. and rend, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. lie Proposals that have bccn withdrawn (by t%ritten or telegraphic request) or received tiller the tithe specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one bid proposal from the same partnership, firm, or corporation under the same or different nume.. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. if the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section, r ® r r • SECTION 311 ANVARD AND EXECUTION M CONTRACT 30-01 AWARD OF C'ONTRAC'T. After tile: bid proposals are publicly opened and read, all bids will he tabulated by the owner. The owner will award the contract to the lowest. qualified bidder whose bid proposal conforms to the cited requirements of file owner. Based on this evaluation, the recommended bid proposal will be forwarded to the Missouri Deparanent of"Transportation (MoDOT) for concurrence in flue award. upon approval by MoDOT, the owner will initiate procedures to enter into an agreement with the selected bidder. 'fhe nward of it contract, if' it is to he awarded, shall be nadc within (,h calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. 30-03 CANCE'LLAfION OI AWARD. The o%vner reserves the rigid to cancel the award without liability to the bidder, except return of hid guaranty, at any time before a contract has been fully executed by all parties and is approved by the o%vner in accordance with the subsection titled APPROVAL. 01 CONTRACT of this section. 30-03 RETURN OF 1311)GUARANTY. All hid guaranties. except those of the two lowest bidders, will he returned inutuediatch• after the owner has made it cornparisott of bids as hercinbeiOrC specified in the subsection titled CONSII)I?RAfION OP PROPOSALS of this section. Bid guaranties ol'the two lowest bidders will he retained by the owner until such time as all award is made. at which tittle, thy- unsuccessful bidder's bid guaranty will be returned. The successful bidder's bid guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUiIZi:MENfS OP CONTRACT BONDS of this, section 30-04 RE'QUIRIHNIENI'S OF CONTRACT BONDS. At the tune of the execution of the contract. file successful bidder shall fiurnish the owner a surety bond or bonds which have been full executed by the bidder and the surety guaranteeing file perf'onnance of the wort: and fhr, payrucnt of all legal debts that tnay be incurred by reason of the Contractor's performance of the work.. The surety and lire form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or hands shall bc in a sum equal to the full amount of the contract. 30-05 EXEC11',''ION OF CONTRACT, The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner. along with the fully executed, surety bond or bonds specified ill the subsection titled REQUIREMENTS OF C'ONTRACI BONDS of this section. within 15 calendar days from the date mailed or otherwise: delivered to the successful hidder. If the contract is nailed, special handling is recommended. 30-06 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder. the rnvner shall complete the execution of tltc• contract in accordance with local laws or ordinances. and return file fully executed contract to the Contractor. Delivery of the fiully executed contract to the Contractor shall constitute the owner's approval to he hound bN• the su,:cessful bidder's proposal and the terms of,the contract. 30-07 f All.i)ltf; TO EXECLYNI CONTRACT- Failure ofthe successful bidder to execute the contract and funitsh an acceptable surety bond or bonds within the 15 calendar d,•n period specified in the subsection titled REQUIREWIENTS OF C'ON RAC 1 BONi)S of this section shall be )rust cause fi,r cancellation of' the award and ' f'orfeitur•e of the proposal guaranty%not res a penally. hilt as liquidation of damages to the owner'. 1 _ tu. r SECTION 411 SCOPE 0F WORK 40-01 WrI-;NT OF CONTRACT. 'Tile lntrrn of the contract is to provide for construction and completion, in even, detail. of flit work described. It is further intended that the Contractor shall furnish all labor, materials. equipment. tools, transportation, and supplies required to complete the wort; in accordance with the plans, specifications. and terms of the contract, r40-02 AL FRATION OF WORK AND QUANTITIES. The ownet reserves and shall have tin right to make such alterations in the wort: a,; may lie necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the f:ngincer shall lie and is hereby authorized w make such alterations in the Work as may increase or decrease the originally awarded contract (11jant1Des. provided that tiie aggregate of such alterations does not change the total contract cost or the total cost of anv nuijor contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in tilt• 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 wort: had been a hart of the orivinal contract. These alterations which are for work within the general scope of the contract shall he covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract tinge where, in the Engineer's opinion.such extensions are commensurate with the aniriunt and difficulty of added wort.. Should the aggregate anruunt of altered work exceed the 21 percent limitation hercinbefore• specified. such excess altered work shall be covered by supplemental agreement. If the owner and the ( ontracuit are unable to agree ou a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the• right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the Missouri Department of 'Transportation's Aviation Section and shall include valid wage determinations of flee U.S. Deparnnent of labor and Missouri Division of Labor Standards when the amount of the supplemental agreement exc:ecds S+2,000. Flowever. if" the Contractor elects to waive the limitations on work that increases or decrease:: the originally awarded contract or any major contract item by more: than_' percent. the supplemental aitreenrenl shall he subject to the same 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 Conlraclor's surely and separate performance and payment bonds. 40-03 OMiTI f'D 11 1 MS. The Engineer nviy. in the• owner's hest interest. omit from the wort, anv contract item. except major contract items. Major contract items may he ornitted by a supplemental avi-cenient. Such ornission oa contract items shall riot invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed. the Contmotor shall he paid for all wort: performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall he in accordance with the:;ubsectioa tilted PA1 MY."NT FOR C)1,IH r1-1 i 1T1:MS of Section(t(I. 40-04 EXTRA WORK. Should acceptable cornpletlon of the contract require the Contracto! to perform an item of work for which no basis of payment has been provided in the original contract of previously issued chance orders or supplemental agreements, the same shall he called f1Xtra Work. Extra wort: that is within the tenerill scope of the contract shall he covered by written change order, Change orders for such extra \vork shall contain agreed unit r prices for performing the change order work in accordance with the rcquirenicmt� Specified in the order and shall contain any adjustment to the contract time that. in the Engntcer's opinion. is nccessar tot completion ol'stich extra work. \Vhen determined by the I rigineer to be in the owner's hest interest. he near, order the Contactor to proceed with extra wort; by force account as provided in the sub,�ccuon titled PA'l NII?NI I OP i'NTRA ANI) FORCE ACCOUNT WORK of Sec don 90 r r 2i. . t Extra work that is necessary for acceptable completion of'the project, but is not within the general scope of the work covered by the orig-inal contract shall be covered by it Supplemental Agreement as hereinbefore defined in the suNieetion titled SUPPLEMENTAL AGREEMENT of'Sertion 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 RESPONSIBILIn'FOR UTILITY SERVICII. AND 1,ACILITIES OF O'T'HERS 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, su-cet. 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 aircrafi and vehicular traffic specified in this subsection %half not be measured or paid for directly,but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing strictures 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 dowrt. salvaged. abandoned in place. reused to the work or to remain in place. The cost of'removing such existing structures shall not he measured or paid for directly. but shall be included in the various contract items. Should the Contractor encounter an existine structure (above or below ground) in rile work for which the disposition is not indicated oil 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 l�ngincer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF iv1ATERIALS FOUND IN THE WORT: of this sectior, it is intended that all existine materials or structures that may be encountered (within the lines, trades, or grading sections established for completion of the work) shall be utilized in tile work as othewwise provided for in the ' contract and shall remain the property of the oN ncr when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS MOUND iN "1'111_ WORD. Should the Contractor encounter any material such as(but not restricted to) sand. stone. gravel. slag, or concrete slabs within the established lines, grades. 21 or (trading sections, the use of which is intended by the terms of the contract to he either ornbankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use: or. 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.,K.or c., he shall request the lingincer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a„ h., 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, backfills, 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.. [tic Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim f'or delays by reason of his/her exercise of option a.,b., or c. The Contractor shall not excavate,remove.or otherwise disturb any material.stnucture. or pan of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract,plans. or specifications. 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, r r 11 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENG1NUR. 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 the interpretution of'tile specifications or plans relating to the work. the fulfillment of the contract on the part of the Contractor, and the rights of difTerent Contractors on the project. The Engineer shall determine (lie amount and quality of the several kincls of work performed and materials fitrnished 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 die lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract. plans or specifications. If the Engineer finds the materials furnished, work perfijrtncd. or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will. in his/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 hits/her determination that the affected wort: 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 Nvhich will provide for an adjustment in the contract price for tare affected portion of the work. The Engineer's deterniination and recommended contract price adjusmnents will be based on good engineering judgment and such tests or retests of the affected work as are, 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 the finished product are not in reasonably close ' conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans. and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with lie requirements of the contract, plans. and specifications during the Contractor's prosecution of the .vork. 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 his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract,plans and specifications. 50-02 COORDINATION OF CONTRACT, PLANS. AND SPEC11=1CATIONS. The contract. plans,specifications. and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to he complementary and to describe: and provide for a complete work. In case of discrepant . calculated dimensions will ,govern over scaled dimensions: contract technical specifications shall govern over contract general provisions, plans. cited standards for raterials or testing, and cited FAA advisory circulars. contract general provisions shall govern over plans, cited standards for materials or testin,. and cited FAA advisory circulars: plan:: shall govern over cited standards for materials or testins and cited FAA advisory circulars. ' The Contractor shall not take advantage of and apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepaneN. he shall rntnlediately call upon the Engineer for his/her interpretation and decision. and such decision shall he final ' 50-04 COOPERATION Ol- CONTRACTOR. The C'antractor will bt• supphed with two copies each of the plans and specifications. Ile shall have availahle on the wort: at all tinter, One cope each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor firr the cost of reproduction. flic Contractor shall give constant attention to the work to li►cilitate the progress thereof. and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. Thy: Contractor shall have a competent superintendent on the work at all tinges who is hilly authorized as his/her agent on the work, Tile 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. 50-05 COOPERATION BETWf:EN CONTRAC1016. The owner reserves the right to contract for and perform other or additional wort'. on or near the work covered by this contract. When separate contacts are let within the limits c,f any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/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. I50-06 CONSTRUCTION LAYOUT AND S'l AKES. 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 part of the 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 he deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQ131IMI N'T. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunctson 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 confornn to all other requirements of the contract. 50-08 AUTHORITY ANT) DUTIES OF INSPFCI OK S. 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 ofthe 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 contras• to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the ovlaer are authorized to notify the Contractor or his her representatives of any failure of the work or materials to conform to the requrren►enis of the contract, plans, or specifications and to reject such nonconforming materials in question until Such issues can hr referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORT. All materials and each par or detail of the work shall be subject to inspection by the Engineer, The Engineer shall be allowed access to ali 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 Unto 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. Shcutld the wort: thus exposed or examined prove acceptable. ' the uncovering. or remMving, and the replacing of the covenng or making good of the parts removed will be paid for as extra work: but should the work so exposed or, examined provr unacceptable. the uncovering. or removing, and the replacing of the.covering or making.:good of the parts removed will be at the Contractor's expense. .�a . Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced it the Contractor's expense unless die owner's representative failed to inspect after having been given reasonable notice in writing that the work wa.q to he perfornied. Should the contract work include relocation. adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLI; AND LINAUi'IIORILL'D 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 CONFOIWITY 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 fiound 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. Wort:done contrary to the instructions of the Engineer. work done beyond the lines shownh 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 wort: 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 pernhit 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 construction will not be permitted. Hauling of materials over th:• 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 ow,h expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until tie work is accepted. ']'his maintenance shall constitute continuous and effective wort: prosecuted day by day,with adequate equipment and fbi-ces so that the wort: is maintained in satisfactory condition at all times. In tie case of a contract for tlhe placine 01',] ccnu:�c upon a course or suberade previously constructed, the Contractor shall maintain the previous course or suberade durinft all construction operations. All costs of maintenance work during, construction and before the project is accepted shall be included in the unit 1 prices bid on the various contract items. and the Contractor will not he paid an additional amount for such work. 50-133 FAILURE TO MAINTAIN Tl l f. \YORK. Should the Contractor at any time fail to maintain the work as provided in tike subsection titled MAINTENANCE DURING CONSTRUCTION of this section. the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall lie required to remedy such unsatisfihcton'maintenance condition. The time specified will uive due consideration to the exigence that exists. Should the Contractor fail to respond to the Engineers 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 prosecutioit of the project die 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 than unit. If the Engineer finds upon inspection that the unit has been 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 the Engineer in writing of' his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contactor 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 lie 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. e • SECT.RYN (110 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALI"i'1' 1ti;QUllZfiMi N'fS. The materials used on the work shall conform to the requirements of the contract, Plans, raid specifications. Unless otherwise specified, such materials that arc , 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 manulacturc of al) 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 he 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 front other sources. 60-02 SAMPLES. TESTS. AND CITED SP1? thr.purpose of cletenniniI cornphrnu e with specified nuinufacnirtnf stet 1 nr ntatenult,t,,he used in the wort; and to obtaitr samples rr_tluired Itrr his/her ar.ceptancr of the material of assemble. Should the Engineer conduct plant inspections. the• following conditions shall exist; a, The Engincet 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 tile 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 he reasonably needed for conducting piant 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 l-nngineer shall have the right to reject only material which. when retested, does not meet tilt• 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 the exclusive use of the ingineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor is specified heron and shall become property ofthe Contractor when the contract work is completed. 60-06 STORGE OF MATERIALS. ivlaterials shall he so stored as to assure the preservation of their quality and fitness for the work. Stored materials. even though approved before storage, may amain he inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans. the storage' of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as othenvise agreed to (ill writing) by file owner or lesser 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 he considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from tite 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 I ngineer has approved its used in the work. 60-08 OWNER FURNISiIED MATERIALS. The Contractor shall furnish all materials required to complete the• work, except those specified herein (if am-) to he furnished by the owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation frorn the specified location to the site of work. storage. and installing owner- furnished materials shall be included in the unit price hid firr the contract item in which such owner-furnished material is used. After any owner-furnished material has been delivered to the location specified. tilt• 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-furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good suclr loss due to the Contractor's handling. storage. or use of owner- furnished materials. SEC HON 70 LEGAL RE.G.m.AT1NNS AND RFSPONS1BILITN' TO PUBLIC 70-1 LAWS TO 13F OBSERVED. The Contractor shall keep fully informed of'all Federal and state laws, rill local laws, ordinances, and regulations and till 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 y an way affect the conduct of'the work. He shall at all times observe and comply with all such iawS. ordinances. regulations, order:;, and decrees: and shall protect and indemnify the owner and till his/her officers, agents. or servant;: 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. 'lire 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 PAThNTED DEVICES, MATT RIALS. ANi) PR(>CESSLS. 11'tlre 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 lurch shall indemnify and save harmless the owner, any third pang, or political subdivision from Inv anal 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 atiet the completion of the wort:.. 70-04 RESTORATION OF SURFACES DISTURRE'D BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAH facility, or a utility service of another government agency at any tint 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 inflows: 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 lirnits of the wort: 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 1 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 othenvise 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 darnates due to such authorized wort:by others or for Inv delay to the work resulting from such authorized work. 70-05 FEDEIU'1,L Ali) PARTICIPATION. For All'contracts. the United Slates Government has agreed to reimburse the owmcr for some ponim of the• contract costs. Such reimbursement is made from tune rc, time upon the owner's (sponsor's) request to the 1*-AA. In consideration of' the United Sates Government's (FAA's) agreement with the mvner. the owner has Included provisions in this contract pursuant to the requirements of the Air7ior1. lmproyr_ment Act of)992.as amended by the ,Airport and .Airway and Capacity i_.xpansion .Act of 1987. and the Rules and Regulations of'the IAA that pertain to the wort,. As required by the Act, the contract work is stAbJect to thw inspection and approval of'duly authorized representatives of'the Administrator. FAA, and is further sut.)r.ct to those provisions of the rules and regulations that are cited in the contract,plans, or specifications. No requirement of the .Act, the rules and regulanons implementing the Act. or this contract shall he construed as making the Federal Government a Para to the contact nor will any such requirement interfere. in any m-;r}. with the rights of either party to the contract. 70-06 SANITARY. III.AI 'I'll, AND WTTY PROVISIONS. The( ontracuu shall provide all(] marruain ill a real. sanitary condition such accommodations for the use of his/her employees as nuly he necessary to comply with the requirements of the stale and local Board of')Icalth, or of other bodies or tribunals having, jurisdiction. Attention is directed to Federal, state, and local laws,rules and regulations concerning construction salcty and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVI:NII:NCI.: AND SAFE'fl'. 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 he 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 hercinbelilre specified and shall limit such operations for the convenience and safety of the travchnP,,public as specified in the Subsection titled L.IMiTATION U1.OPI,RATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS. AND I iAGARD MARKINGS. The Contractor shall fiurnish. 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 swris. and hazard inar'kinus shall be suitably illuminated. For vehicular and pedestrian traffic. the C'ontraculr shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable confo mity Mth the Manual of Uniform 'I raffle Control Devices for Streets and Highways(published by the Unned States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor Shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150!5340-1 (current edition). Suindards for Airport Markings. rThe Contractor shall furnish. erect, and maintain markings and associated lighting of open wenches, excavations, temporary stock piles. an(] 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 Safery on Airports During Construction Activity The Contractor shall identffi. each motorized vehicle or piece of construction equipment m reasonable conformance to AC 150'5370-2 (current edition). The Contractor Shall furnish and erect all barricades, warning sums, and marking:, for hazards prior to commencing work. which requires such erection and shall maintain the barricades, warning sipns. and markings for hazards until their dismantling is directed by the Enuincer. Open-flange type lights shall not he permitted within the air o1wratrous areas of the almort. 70-09 USE OF I XPLOSIVI:S. When the use of explosives is necessar fur the prosecution of the work. Utc• Contractor shall exercuSC the utmost care not Io endarvier life or propene. including new ivork. The Contractor shall be responsible for all dannagc resulting front the List: Of explosives. All explosiv;.•s shall be stored in a Secure manner in conypli:nncC with all laws and ordinances. and all such stora!pc places shall be clearly market]. Where no local laws ur ordinances appIN. storapc shall be provided satisfactory to the Engineer and, in general. not closer than 1,000 feet (100 n;) From the wori( or from any building. road. or other place of human occupancy. l he Contractor shall notify each properly oi\5Iler and pubinC LllihIV company having structures. or facilities ill roximity to the site of the work of his/her nutenliun to use explosi es. Such notice Shall hr given sufficiently in advance to enable thr..m to take such Slops as they nnay dCell necessary to protect their propertY fi,onn Injury. The use of'clectrical blasting caps shrill not he permitted on or within 1.000 feet (300 ill) of the airport property. .ri. - r 70-10 PROTECTION AND Rl•:S•IORA'I ION 0I PIMPITTY ANII LANDS( Ali)-. Tile Contractor shall be responsible for the preservation elf all public and private• property. and shall ptoloct carefully Itom disturbance or damage all land monuments and property markers until the latgircer has witnessed crr othetAvise referenced their location and shall not move them until directed. The Contractor shall Iv responsible for all danutgc• or frpury to propcity of any character. during the• prosecution of the work, resulting; from any act, omission. tlogicct, crr misconduct in his/lief manner nr method of exc.-drill! the work, or at any time due to defective Nvorl: or materials. trod said responsibility will not be elcased until Idle protect shall have been completed and accepted. When or where any direct or indirect damage or ioittry is done to puhlic or private property by of on accoutn of any act, omission• neglect. or misconduct in tilt• execution of tic• work. or in conscquencr of the nonexecution thercof'by the Contractor, lie shall restore• at his/her own expense, such property to a cord note similar of equal to that existing before such darnacc or in was clone• by repairing, or otherwise restoring as may lie directed, or ht-• shall make good such damage or ittiury in an acceptable manner. 70-I1 RESPONSIBILITY FOR DAIM9AOI` (*!.AIMS. The Contractor shall illdcnulifv find save harmless file Engineer and the owner and their officers, and employees from all suits actions. or c•!ainls of any character brought because elf' any ifijurics or damavc 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 ul safeguarding the work: or through use of unacceptable materials it constructing the work: Or because of any act or onitssioa, 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 lacy, ordinance, order, or decree. Money due the Contractor uncicr and In virtue of his/her contract as may be considered necessary by dle o\\nlcr for such purpose may he retained for the use• of,tilt- owner or. ml 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 dtS aforesaid shall have been settled and suitable evidence to that efiect furnished t0 the order, except shat morel' due the Contractor will not he withheld when the Contractor produces satisfactory t-videncc that lie is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENFFIC1ARY Ci.AUSE. It is specifically agerecd between the• glafues executing the contract that it is not intended by any of the provisions of any part of Ilse• contract to create the public or oily member thereof a third party beneficiary or to authorize anyone not it part\ to tilt- cumtract 10 maintain it sit for personal injuries or property damage pursuant to the termiS or Provisions,of the contract. 70-1? 01IFNiNG SIA"{TONS OF T11V. WORK 'i t l TRAFFIC'. Should it he lWCCSSar, lire flit, Contractor to complete portions of Ihr contract work tin' (hc beneficial oceupanc•y of tit- owner prior Io Completion of Ihc entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete suet) portions of the wort: on or before flit- date specified or as otherwise specific( 'flit" Contractor shall make htS/ht-r own estimate of tilt- difiiCnlle�, Ynvolvcd ill atrangnng! Ills ht-r work t0 perulit Such bemeglcull occupancy b\'the owner as described below, Upon crnnpleti0n Of'atly 1101.1011 of tilt' work INIC(I ahoy., such portion shall hr accepted by the owner 111 ;icrufdanet• with file subsecl0n titled P RTIAI \C('lil'i ANUI of Seclon 50. No portion of the work may he opened hY the Cuntritetot fit public usv until ordewd by the kngnleer ul wrimlg. i Should it become necessary to open it portion of flit- wcui. to public traffic 011 n temporary or intermittent basis. such openings shrill he made when. ill the copiruon of file Isnguu•et. such porlo11 of the• wort: is in an acceptablo c:ondillon to support the intended traffic. 'I enlnorary or intermtucnt openntgs MV considered to he mlicrem ul flit- work and shall not constitute either acceptance of the portion of lhc• wort: so 0perwd or ;t waiver of and provision of the contract. Any damage trl the portion of the work So opened that is not at1•ibuwblt- to traffic wlitc•h is pernimcd by lilt. owner shall be repaired by the Contractor at his%llcr expense. '['lie Contractor shall make his/her own estimritc of the inherent difficull,n involved in corupletnu the worl: under the conditiOnS lierein described and shall 1101 claim any added com1wrisation by reason of delay or imi-cased cost due to opening it portion Of the contract work 3t 70-11 C'ON'TRACTOR'~ 111" l'ONSIHILITY FOR WOICh:, Until Ilnc I nf!uteer's iron.. wane., ucceptance of the entire connplelcd work, exceptinr (m1v those portions o1'lift. work accepted fit aecordance with the subsection titled PARTIAL ACCEPTANCI' of Section 511. life Contractor shall have the charge rtn(1 care thercof and shall take every precaution against injury or damage to any part (life to the fiction of the elements or front any other cause, whether arising front 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 1� acceptance (lad shall hetlr till' expense thercof,inOudmg dalinge to the work due to unibresecahle enusci; beyond the control of and without the iinill of- negligence of*the Contractor, including hilt 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 tiny cause whatever, the Contractor shall lie responsible for the work and shall take such precauti(nls necessary to prevent damage to the work. The Contractor shall provide for normal (trainage. find Shall erect necessary temporary strictures. signs, or other facilities at his/her expense. During such period of'suspension of work, the Contractor shall properly and continuously maintain in fin acceptable growing condition all living material in newly established planting, seedings, find soddirips furniShCd 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 TY FOR UTILITY SERVKA: AND FACihITII'S OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURB 1) BY OTHERS of this section, the Contractor shall cooperate Willi the owner of*any public or private utility service, FAA or NOAA, or if utility service Of'another government agency that puny 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 h.:/her operations to prevent the unscheduled interruption of'such utility services and futilities. To the extent that such public or private utility services. 1-AA, or NOAA facilities. or utility services of another governmental agency ire knmvn to exist within tilt• limits of the contract work_ the approximate locations have been indicated on file plan;:and the owners are indicated as fellow;;: It is understood and agreed that the owner does nct guarantee the• accuracy or the completeness: of the location information relating to existing utility services, futilities. or strictures that may be shown on tilt plans or encountered in the work. Any inaccuracy or omission ill such fnfiirniation shall not relieve the 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 Contr•a:aor sliall, upon execution of the contract. notify the owners of all utility services or other facilities of his/her plait of'operations, Such notification shall lie in ~Tiling addressed to THE PEIRSON TO CON'I'M.'f as provided hervinbefiire in this subsection and the subsection titled ' RESTORATION OF SURFACES DISTUR1 LiD BY 0'I'I11?RS of this section. A copy of each notification shall be given to the Engineer. !n addition to the general written notification herenmbefore provided. it shall be tier responsibility of'the Contractor to keep such individual omiers advised of changes in hi-Wher plan of operations that Would allect such owners. Prior to C(1I11illCllclflg life work in the genital yicurit� of au cxisumL utility •service or facility, the Contractor shall ' again notify each such owner of'his/her plan of operation• It'. in tho C'ontractor's opinion, the- rnvilcr's assistance is neoded to ioCille the utilny service or lucility or the presence of a representative of the ov,iter is desirable to observr the work. such acl\icc should he included in the notification. Such notification shall he given by the most expeditious means to reach the utility owner's VERSON TO C'(Wl AC I no later than two normal business days prior to the Contractor's commencement tit•operations in such gcrttral vicinity. The Contractor Shall furnish a written Sunlniar•y of the notification to the Engineer S The Contractor's Failure to give• the Iwo dn('s noucc hcreinabove provided shall br causr fur tltc• Engineer to suspend the Contractor's operations fn the general o1-a utility Service or futility. ' Wller% the omsidc limits of an underground utilny service• have been located and staked tin the ground. the Contractor shall lit- required to use excavation rnelhocls a(ecpUIh10 a the l-ngineer within ? feCt 00 cal) of Such outside hillits al Such points as nugy be required to ensure prolcctiorl iron) dalimpc due io the,t ontracior's operations. 1 Should the Contractor damage or Interrupt ahc operation of :a milli sc rvtcc or Iacittry by acetcfenl or (atlarrwise, lie shall irmnediately notify tilt• proper authority amt the Fair nee, and shall take• all reasonable ntcastrres fO prevent further damage or interruption of service. 'file C_ontructot, in such events, shall cooperate with the utility re:rvtce or faciliry omier and the Engineer continuously until such dartuage has heen 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 Utility(file to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from all-,,ntotties(tilt•or which may become due the Contractor, or hrs!het surety. 70-16 FURNISHING RIGiTIS-OF-\VAY. The owner will N, responsible f<01 furmsln►tg all right~-cif-sti;+y upon which the work is to be constnacted in advance:of the C•omractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICiAL,S, in c t-ryinit (lilt any of talc• contract provisions or in exercising any power or authority granted to him by this contract. there shall he no liability upoll tilt• L•.ngtncer, his/her authorized representatives. or any officials of the owner wither personally or as fall official of the owner. It is understood that in such matters they act solely as agents and representatives of tare owner. 70-1 R NO WAiVEP, 01' LEGAL RiGIi'IS. Upon completion of the wori., ill(.- owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance. however• shall not pree'lude or stop the owner from correcting any measurement, esfirnatc. or ccrtifrcatc trade hcforc or after completion of the work, nor shall tilt• owner be precluded or stopped from recovering from the Contractor or hrs'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 tilt• conuaet. A waiver on the part of the owner of any breach of any part of the contract shall not be held to he a wfuvcr of any other or subsequent breach. 'Tile Contractor, without prejudice to the tarns of the contract. shall he liable to file owner for latent defects, fraud, of- such gross mistakes as may amount to fraud, or its regards tale 0"'oef S 1Ig111:.Wider any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comfit' with all I-edcral. state, and local laws and regulations controlling pollution of the environment. I Ice shall take nccessarV prccauuoltS to prevent poflution of streams, lakes, ponds, and reservoirs with fuels. oils. bitumens, chemicals. to other harmful materials and to prevent pollution of the atmosphere from partiulate and Lascous mater. 70-20 ARCI-IAEOLOGIC'AL AND HISTORiC."AL FINDINGS. Unletis otherwise specified ill this subsection. the Contractor is advised that the site of the wort; is not within any property. district. or sue. and dots not contain any building. structure, or object listed in the current National Register of llisionc• Places published by the United States Department of Interior. Should the Contractor encounter. during his'hcr operal lon,. env building. part of a building. structure. or object which is incongruous with its surroundulfrs. Inc• ~hall unnte•chau•Iv cease•operations ill that location and notify the }:nginecr. The F:nginerer will itnmeduucly invcsuvatr the C ontractnr's findulv and %will direct the Contractor In either resume his/her operations ur to Susprud operations as cfire•cted. Should the L•ngineer order suspension of tat. (. ontractof's operanom in order fo protc•cr an archaeological of historical finding. or order- the Contractor to perfuru estrh wort:. Such Shat1 he• covered h\ an appropriate contract modification (change order or supplemental alinement) :i� provided ni Ua• sohuxnorr titled 1.'A"I'I;A WORK of Section 40 and tile subsection titled PAYNII'N'I'F()R I:\TRA \\'ORK ANI r F()RC•1 A('('OUN'1 \\LORI, of,Section 90. If appropriate. the contract modification shall include• an extensuul of contract time tit accordance with the subsection titled D17."11?101IN ] ION ANIi 1'N'ITNISION ( tl CON FVA(-I TIM I- of Section 80. • zc . S1.CTION 811 iPROSE i CUTION AND ROCRE';S RO-01 sum.ri-i'1NC; OF CON fRACI�. The owner will not recognize any subcontractor on the work. The Contractor shall at all limes when work is in progress be represented either in person. by a qualified superintendent. or by other(Icsignated. qualified representative who is duly authorized to receive and execute orders of llw hrigineer, Should the Contractor elect to assign his/her contract, said assignment shall he concurred in by the surety, shall lie presented f'or the consideration and approval of'the owner. and shall be consuniniated only on the written approval of the owner. In case of approval,the Contractor shall file copies of all subcontracts with the I3nginee.r. 90-02 NO7'1Cf TO PROCEED. The notice to proceed ,hall state the date on which it is expected the Contractor will begin the construction and from which (late contract time will he charged. The Contractor shall begin the work to he performed tattler the contract within 10 days of the date set by the fingincer in the written notice to proceed, but in any event, the Contractor shall notify the I:uginecr at least 24 hours in advance of the time actual construction operations will begin. 90-03 PROSECUTION AND PR0(;Rf Y,. Unless otherwise specified. the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 clays after the cf'fccttve date of the notice to proceed. The Contractor's progress schedule, when approved by the IA igineer. tray be used to establish ma.ior construction operations and to heck 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 little and modify his/her operations to provide such additional materials, equipment. and labor necessary to meet the revised schedule. Should the prosecution of the wort: be discontinued for any reason, the Contractor shall not.ify the fingincer 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 o\\mer. 80-04 LIMITATION OF OPI RATIONS. 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 w conduct his.'her operations within air AIR OPERATIONS ARIA of the airport, the work shall he coordinated with airport management (through the E-nguteer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the H.-rigineer and until the necessary temporary marking and associated lighting is iu place as provided in the subsection titled BARRICADES. 1\'ARNINO SIGN'S. ANI) HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within in AIR (:)PI?RATIONS AREA of the airport on an intermittent basis(intermittent opening and closing of the AIR OPERATIONS ARIiA), Cite Contractor shall maintair. constant communications as hereinafter specified: inunediau:ly obey all instructions to vacate the All?. OPERATIONS AREA: immediately obey all instructions te, resume worl: in such AIR OPF-RAI IONS AREA. Failure to maintain the specified communication, or to obey instructions shall he cause titr suspension of' the Contractor's operations in the AIR 0111?RA'T'IONS ARI.A until the saiisfaciory conditions are provided. The following AIR OPERATIONS AREA (A(►A) cannot be closed w operating aircraft to permit rite Contractor's operations on a continuous basis and will therefore he closed to airc:rah operations intermittently as follows: 90-05 CIIAILACTER OF WORM RS. MLTIIOD`,, ANi> FQ1JIPN1FN'I . The Contractor shall, at all times, employ sufficient labor and equipment for prosccutiul! the wor), to full completion tit the nianner and time required by the contract,plans, and specifications. O . ,ca All workers shall have suffictent skill and expertctice to perform properly the work assigned to theta. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required io perform the work satisfactorily. All equipment, which the contractor proposes to use on the work, shall lie of sufficient size and in such mechanical condition as to meet requirements of thee work and to produce a satishictory quality of work. l quiprnrnt used on any portion of the wort: shall he 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 lie 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 accoutpl►sh 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 rnethnds and equipment shall be used unless others tyre 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 he 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 he on the condition that file Contractor will he fully responsible for producing work in cont[brmity with contract requirements. If'. after trial usv of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the• Contractor shall discontinue tilt• 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 pavnhent 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 'i'HE WORK. The Engineer shall have the authority to suspend the work wholly. or in part, for such period or periods at. he may deem necessary, clue 10 unsuitable weather. or such other conditions as are considered unfavorable Jibe the prosecution of the work. or for Such time as is necessary duc io the failure on the part of the Contractor to carry out orders given or perforrtl env or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend worl: firr some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may he 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 ftom the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the• Gngincer's order to resume work. The Contractor sihali submit with his/her claim inforniation substantiating the amount shown on the claim. Thr Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall he construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or firr anv other delay provided for in the contract. plans. or specifications. If it should become necessar' to suspend worl, firr an indefinite period, the Contractor shall Store all materials in such manner than they will not becontr an obstruction nor become danwged in any way. 1•Ic shall take every precaution to prevent damage or deterioration of the wort: performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide firr traffic on, to. or from the airport. 90-07 DE71,RMINATION ANI) EX"iTN'SION OF CONTRACT TIM1= The number of calendar or working days allowed for completion of tit, work shall he stated in the proposal and contract and shall he known aq thr ' CONTRACT"IME. Should the contract time require extension firr reasons heyond the Contractor's cont•o!, it shall he adjusted as follows: CONTRACT TIa111 based on WORKING DAYS shall he calculated weekly by the hngineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of thr number of wort;ing days charged against the contract nine during the weed; and the number of working clays currently specified for completion of the contract Itltc original contract time plug the number of working days, if any• that have been included m approved CIIANGI- ORDERS or SUP1'1 IM"N'I'Al. AGIZF W NT•S covering EXTRA WORK). The l,nginccr shall base his/her weckly statement of contract little chatted on the following considerations: (I) No tittle shall be charged fol days on which the• Contractor is unable to proceed with the principal item of wort. under construction at the tine• f,or at least ti hours with the normal work fore; employed on such principal item. Should the nornwl work force he on it double.-shift. I-r hours shall he used. Should the norntal work force be on a triple-shift, 18 hours shall apple. Conditions bcvond the C=ontractor's control such as striker,, lockouts, unusual dcElrys in transportation, temporary suspension of 1he principal item of wort; under construction or .temporary suspension of*the entire work which have been ordered by the Lngineer fbr reasons not the fi►ult of the C=ontractor, shall not he charged against the contract time. (2) The Engineer will not tnakc•Chilfgl'R Itgi►Illtil the contract time prior to the effective date of the notice to proceed, (3) The hngineer will begun charges aitainst the contract tittle on the first working dad, after the effective date cif the notice to proceed. (Q) 'The Engineer will not make charges afrauu};t the contract tine after the date of final acceptance as de=fined in the•subsection titled FINAL ACC•l?PTANCE of'Section 50. (5) The Contractor will be allowed 1 weel; in which to file it written protest setting firth his/her objections to the Engineer's weekly statement. Ifno objection is filet', within Such Specified tine, the weekly statement shall he considered as acceptable to the Contractor. (hr contract time (suurd in the proposal) is hased on the originally estimated quantities as described in the subsection titled 1NTERPRFT'ATION OF FSTIMATEI) PROPOSAL QUANTITIES of* Section 20. Should the satisfiwtory completion of the contract require perfornnance of work in greater quantities than those estimated in the Proposal, the contract time shall be increased in the sane• proportion as rile 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 tittle that has been covered by change order or supplemental agreement and shall he node at the• time cif`final pirvnnent. b. CONT'RAC'T TIME based on CALENDAR DAYS shall consist of the number of'calendar days stated in the contract counting fr•onn the effective date of the notice to proceed and including all Saturdays, Sundays,holidays, and nonwork days. All calendar days elapsing henveen thcr effective• dales of the E=ngineer's orders to suspend and resume all work. due io causes not the fault of the Contractor. shall he• excluded. At the time of final payment, the contract tittle shall he increased in the same proportion as the cost of the actually completed quantities hears to the cost of'the originally estimated quantities in the proposal. Such increase in the contract tine shall not consider either cost of'worl, or the extension cif contract time that has been covered by a change order or supplemental agreement. Charges against the contract tittle will cease as of the date of final acceptance, c. When the contract till(, is it specified completion date. it shall he the date on which all contract work shall he substantially c=ompleted, lf•the Contractor finds it impossible Ior reasons beyond his/her control to complete the• wort: within tine contrac=t time as specified. or as extended in accordance with ill(. provisions of this subsection. h:• may, at any tine prior to the expiration of'the contract tittle as extended• make• a written request to the I:1'igineer foi' a extelltil(ln Of tulle setting forth the reasons which hr believe- will justify tine granting ol'his1ier request. 'I'h: C=ontractor's plea that insufficient tune• was specified is not a valid reason (ire extension cif' time. If the Engineer finds that the work was delayed because of' conditions beyond the control and without the fault of the C.(rrl1MCIOr. he may extend the time for completion ui such aniournt as the conditions justify. The extended fine for completion shall then be in full force and • effect. the same as though it were the original lime for completion. O 1t 90-(1K FAiL,URI_ TO COMPI_,L T ON TIML.. 1-or each calendar day or working day, as specified ill the contract, that any work remains uncompleted after the contract tune (includitip all extensions and acfiustments is provided in the subsection titled DETERMiNATION AND EX'T'ENS)ON Of CONTRACT l IMl_ of this Section) rile sum specified in tile.. contract and proposal as liquidated damages will he deducted front any money due or to become due the Contractor or his/het surety. Such deducted sums shall not he deducted VS a penalty but shall he considered as liquidation of it reasonable portion o1' damages that will hL' 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 tittle fixed for its completion. or ' after the date to which the time for completion may have been extended, will in no \vat operate• as a wavier on the part of the o\\mer of any of its rights under the contract. 90-00 DFFAUUF AND TERMINATION OF CONTRA('] The Contractor shall h considered to default of his/her contract and such default will he considered as cause for the owner tc, ter•tlnnate the contract for any of the following reasons if'the Contractor: e a. Fails to hegin the work under the contract within the time specified in the "Notice to Proceed."or b. Fails to perionn the wort; or fails to provide sufficient workers. equipment or nlafcrials to assure completion of work in accordance with the terms of the contract. or c. Perfomis 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 C Becomes insolvent or is declared bankrupt. or commits anv act of'hankruptcy or insolvency. or g. Allows ail-,,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 fle Engineer consider the Contractor in defiimli of the• contract for any reason hereinhefore. he shall immediately give written notice to the Contractor and the Contractor's surety as to the, reasons filr considering the Contractor in deiault and the ox\,nci's intentions to tern inate the contract. ' If the Contractor or surely. within a period of 10 clays after such notice. does not proceed in accordance therewitll. then the o\\•ner will. upon\vritten notification froin file i iigineer of the facts of such delay. neUICCt, or default and the Contractor's failure to comply with such notice, have full power and authoriry without vlolatirlg the contract. to take O the prosecution of the work out of the hande of tile Contractor. The owner nlay appropriate or use any or all materials and equipment that have been mobilized for use in tile• Nvork and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisiows 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 illanner. All costs and charges incurred by the ov;net. to;('ether with the cost of completing the work under contract. will be deducted from any monies due or which may become duce the Com.ractor. if such expense• exceeds the sum which would have been payable under the contract, thell the Contractor and thee suret\ shali be hable and shall pay to the owner the amount of'such excess. ' 80-10 TEIRMINATION FOR NATIONAL E ME"RGENCII S. The owner shall terminate the contract or- portion thereof by written notice when the Contraeu>r is prevented front proceechng will) the construction eonn•aci as a direct ' result of an Executive Order of the President with respect to the proSCC.ution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall,at the option of dmc Contractor,be purchased from the Contractor at actual cost as shown by reccipted bills and r actual cost records at such paints of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 1 • SEICT1ON 911 ML•'ASCIREMENT ANA) PAYMENT 90-01 MIwASUREMENT OF QUANfITII✓S. All work completccl under the contract will be measured by the Engineer, or his/her authorized rc;presentatives. using United States Customary Units of Measurement or the International System of Units. The method of measurement and contputatiorts to be used in determination of quantities of material furnished and of work performed under the contract will he those rnethods generally recognized a.,. conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computation.,, will be trade horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of a square ice( (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will he the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will he 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 b\• the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall he 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 ntetlimfs 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"Mil mean the short ton consisting of 2.0(1(1 pounds (907 kilograms)avoirdupois. All materials which are measured or proportioned by weights shall he 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 fur. 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 he weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume it: the hauling vehicle shall he hauled in approved vehicles and measured therein at the point of deliven,. Vehicles for this purpose niaN 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 he loaded to it least their water level capacity. and all loads shall he leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing. raterial specified to be measured by the cubic yard (cubic meter) may he weighed. and such weights will he converted to cubic yards (.cubic meters) for payment purposes. Factors for conversion from weight nica mienient to volume measurement will be determined by the Engineer and shall he agreed to by the( ontracior before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). 'Allier) measured by volume. such r volumes will be measured at 60 I' (i� C) or will be corrected to the volume at 60 f ( 15 C) using ASTM 1) 1250 for asphalts or ASTM f)633 for tars. Net certified scale weights or weights based on certified ycduines in the case of rail shipments will he used as a basis of measurement, subject to correction when hitunirnot,s material has been lost from the car or the distributor. wasted. or otherwise not incorporated in the worl,. When bituminous materials are shipped bY u•ucl; or t anvport, net certified weighs by volume. subject to correction for loss or foaming,may be used for computing quantities. Cement will be measured by the ton(kilograms or tuundredlvolght (kilogram). 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 Fillings and accessories, Rental of equipment will be measured by time in hours of actual working tittle and necessan, traveling time of the equipment within the limits ofthe work. Special equipment ordered by tie 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 FUR E\ RA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fcnec. wire, plates, rolled shapes. pipe conduit, etc., and these items are identified by gage, unit weight. sectiou 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 accepters. Settles for weighing materials which are required to he proporiioncd or measured and paid for by weight shall be furnished, erected. and maintained by the Contractor,or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked undet the observation of the inspector before beginning work and at such other times its 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 lie permitted. eBealris,dials,platforms,and other scale equlptiwnt 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 equipnlcnl. Scales must be tested for accuracy and sunviced before use it it 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 weighun,--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 "underweighing" (indicating less than correct weight), they shall be adjusted. and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. ' Ali costs in connection with fitrnlshing. installing, certifying. testing. and maintaining scales; for furnishing ehecic weights and scale house. and fur all other items specified in this subsection, for the weighing of materials for ' proportioning or paylllent. ,lull be included in the unit contract prices for fit(- various items of the project. When the estimated quantities fair,, specific portion of the work arc designated as the pay quantities in the contract. they shall he the final quantities fair which payment for such specific portion of the work will bo made, tulless the ' dimensions of said portions of the work shown on thr plans tyre revised by the lalgineer. If revised dimensions result S ill an increase or decrease is the quantities of such work, the final quantities for payment will be revised in the amount represented by(Ile authorized changes ill the dimensions 90-02 SCOPE 01: PAYMENT. The Contractor shall receive muf accept compensation provided for in the contract as full payment for furnishing all materials, for perforating all work under the contract in it complete and acceptable manner, and for all risk, loss, damage. or expense of whatever character arising out of*the nature of the work or the prosecution thereof, subject to th(,,provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of it technical specification requires that the contract price (price hid) include compensation for certain work or material essential to the item, this same work or material will not also he measured for payment under any other contract item which may appear elsewhere in the contract. plans. or specifications. 90-03 COMPENSATION FOR AL FAZED QUANTITIES. When the accepted quantities of wort: vary from the quantities in the proposal. the Contractor shall accept its 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 tit the subsection titled AI; EIRATION 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 Contactor which results directly from such alterations or indirectly front his/her unbalanced allocation of overhead and profit among the contract itcm�. or from any other cause. 90-04 PAYMENT FOR OMiT"FED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40. the Engineer shall have the right to omit from the wort: (order nonperforntanre) 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 fill] at the contract prices for any work actually complete(] and acceptable prior to the Engineer's order to omit or nonperforrn such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Fnginecr'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 herelnbefore provided, the Contractor shall he 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 he directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nnrure the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE AC'C'OUN•l WORK. Extra work, performed in accordance with the ' subsection titled EXTRA WORK of Section 40, will he paid (or 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 wort: requires that it he clone 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 hc• made Jor general superintendence. the use of small tools. or other costs for which no specific allowance is 11'rein provided. b. Comparison of Record. 'hhc Contractor and the Luginecr shrill compare records of the cost of force account , work tit the end of each day. Agrecsntent shall be Indicated hr signamrc of the C;ontractor and the Engineer or their duly authorized representatives. c. 'Statement, No payment will he made fur work perloinied on a force account hasis until the Contractor has , furnished the Engineer with duplicate itemized siawim.:nis ot'the cost of such force account wort:detailed ns follows: (1) Name. classification, date, daily hours. total hour~, rate and extension for each laborer and foreman. (2) Designation:, dates, daily hours. total hours. rental rate, and extension for each unit of machinery and equipment. (3) Quantities of'maierials. prices, and extensions. tt (4) Transportation of materials. (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 reccipted 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 e taken from die Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock,.that lie quantity claimed was actually used, and that the price and transportation claimed represent the actual coat to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at )cast once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the wort: 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 clue 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 V1'1"1'1II II:L.D 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 PAYMi:Nf OF WiTI-lHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work bar: been completed the 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 Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those.provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been detemiined 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 file subsection titled ACCEPTANCE AND FiNAL PAYMENT of this section 90-07 PAYMENT FOR MATERIALS ON HAND. Partial pay'nients nlay be made to the extent of the delivered cost of materials to be incorporated in the work. provided that such materials sleet the requirements of the contract, plans, and specifications and are delivered to acceptable sites o1 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 fallowing 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 F-Awineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. rc. The Contractor has furnished the Engineer with satisfirctorY evidence that the material and transportation ecosts have been paid. t� (f. The Contractor has furnished the oulier legal title f free of licins or encunthrances of ai)y kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of stick materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment firr such stared or stockpiled materials Shall in no way relieve the Contractor of his/her responsibility I'm furnishing and placing such materials in accordance with the requirements ofthe contract,plans, and specifications. In no case will the amount of partial payments for materials oil hand) exceed the contract price fiir 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 fair stored or stockpiled living or perishable plant materials, The Contractor shall bear all costs associated with t.ile partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT 017 WITHHELD FUNDS, Al the Contractor's option. he-slid may request that the owner accept (in lieu of the 10 percent reta►inage c,i) partial payments described in the subsection titled PARTIAI. PAYMENTS of this section) the Contractor's deposits in escroi.y under the following conditions. a. 1'he Contractor shall bear all expense of establishing and nminwininc an escrow account and escrow agreement acceptable to the owner, b. The Contractor shall deposit to and maintain in such escro,,%- only those securities or bard, certificates of deposit as are acceptable to the owner and haying a value not less than the 10 percent reiainage that would otherwise be withheld from partial payment. c. 'File Contractor shall enter into au escro\% agreement satisfiacioty to the mxuer. d. The Contractor shall obtain the written consent of the Soren., to such agreement. 90-09 ACCEPTANCE AND FiNAL PAYMI?NT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL. ACCEPT ANC1 cif Section 50. the i-iugineer will prepare the final estimate of the items of work actuall- performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his!her objection. 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 I:,ngine.cr shall resolve all disputes of anyt in the measurement and computation , of*final quantities to be paid within 30 :;;dcnd it clays 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 claini in accordance with the subsection titled CLAIMS FOV, AD.IU1-',Tiv1V.NT ANi) DISPUTE.!-, of Section 50. After the Contractor has approved, or approved under protest. the I.ngineer's final estimate, final payrrient will be processed based on the entire Simi. or the undisputed still) it) case of approval under protest. determined to be due tit% Contractor ),ss all previous payments and all amount:: to be deducted under the provisions cif the contract. All prior partial estimates and payments shall be Subject to correction in the final CSnmaic and payment. Uthe Contractor has filed :i claim for additional compensation under the provisions of'thc• subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTE , of Section 50 or under the provisions of this subsection. such clain)s will he considered by the owner in accordance ,vitli local laws or ordinances. 1 ipon final ad,iudication of'such claims. any additional payment deternttned to tic dui tic•C'omracior will be pail pursuant to a suppleutentail final estiniale, I. SECTION 4 SPECIAL PROVISIONS I'AR'1'A FEDERAL ANY) STATE REQUIREMENTS 1. CIVIL RIGHTS ACT OF 1964, 'T'I'TLE VI - 49 CI-R PART 21 CONTRACTUAL REQUIREMENTS (VERSION 1, 1/5190) 2. AIRPORT AND AIIZWAI' IMPIZOVEMI3N'I' AC•1' 01= )982, SECTI(.)N 520 GENERAL,CIVIL. RIGHTS PPOVISIONS (VERSION 1, P5/90) 3. INSPECTION OF RECORDS-49 CFR PART 18 (VERSION 1, 11/5/90) 4. RIGHTS TO INVENTIONS -49 CFR PART 19 (VERSION 1. 1/5!90) 5. BREACH OF CONTRACT TERMS SANCTIONS- 49 CFR PART 18 (VERSION 1, 1/5/00) 6. DBE REQUIRED STATI--M ENT', -49 CFR PART 26 7. TRADE RESTRICTION CLAUSE-411 CFR PART 30(VEIZSION 1,1/5/90) 8. CERTIFICATION REGARDING DEBARMENT, SUSPENSION. INELIGIBILITY, AND VOLUNTARY EXCLUSION-49 CFA.PART 29(VERSION 1, 1/5/90) 9. TERMINATION OF CONTRACT-49 CFR T'AR'T' 18(VERSION 1, 1;5/90) 10. CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS(VERSION 1, 115/90) 11. DAVIS BACON REQUIREMENTS - 29 CFR PART 5 (VERSION I. 1/5/90) 12, CONTRACT WORI.I-IOUR:S AND SAFIFTY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 (VERSION 1, 1/5/90) 13. EQUAL EMPLOYMENT OPPORTUNITY -41 CFR PART 60-1.4(b)(VERSION 1, 1/5/90) 14. NOTICES TO BE POSTM I'F3R PARAGRAPHS (1)AND(3) OT-THE EEO CLAUSE-41 CFR PART 60 1.4(b) (VERSION 1, 1!5/90) 15, NOTICE FOR SOLICITATIONS FOR BIDS (811)NOTICE)-41 CFR PART 604.2 (VERSION 1. 1/5/90) 16, NOTICE TO PROSPEC'TIVI: FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS - 41 CFIZ 60-1.8 (VERSION 1, 1;5190j 17. NOTICE-' TO PROSPEC'TIVI: SUBCONTRACTORS OF REQUIREMENT'S FOR CERTIFICATION OF ' NONSEGREGATED FACILITIES 18. STANDARD FEDERAL EQUAL E-MPLOYMEN'I OPPORTUNITY CONSTRUCTION CONTRACT SPT'CIFICATIONS(41 CFR 60-4.3) (VERSION 1. 115190) ' 19. BUY AMERICAN REQUIREMENT - STEIEL AND MANUFAC"I'URED I'RODUC'TS (.IAN 1991) 20, VETERAN'S PREFERENCE,(I 1F13 1946) 21. LOBBYING AND IM-LUENCING FEDERAL FNIPL.OYEES 22. AIRPORT.LOB SPECIAL PROVISION 23. EXECUTIVE ORDER 94-03 ' 24. GENERAL GUARAN'T'Y i -aa 1. CIVIL RIGHTS ACT OF 1904. TITLY VI - 44 CFR PART 21 CONTRACTUAL. REQUIREMENTS (VERSION 1.(1/5/90) inuring the perhirmance of this contract• the contractor. for itself. Its assignees and successors in interest (hereinafter referred to its the "contractor")agrees as Follows: 1.1 Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in fiederally assisted programs of the I:)epartrment of"i ransportation (hereinafter. "DOT") Title 49. Code of Federal Regulations, fart 21, as they Ina y he amended Irorn time to time (hcreinaf�cr referred to as the Regulations)•which are herein incorporated by reference and made a part of this contract. 1.2 Nondiscrimination. The contractor, with regard to the work perli►rmed by it during the contract, shall not discriminate on tile. grounds of'race, color. or national origin in tire• selection and retention of subcontractors. including procurements of materials and leases of equipment. The contractor shall not participate either direct]\, 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. 1.3 Solicitations for Subcontracts. Includung Procurerrlcrnts of Materials and l quipment. ]n all solicitations either by competitive bidding or negotiation made by the contractor for- wort: to be performed under a subcontract, including procurements of materials or leases of equipment.each potential subcontractor or supplier shall he 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. 1.4 lnforniation 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 hooks. records, accounts• other sources of infornation, and its facilities as play he detennine:d 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 flails or refuses to furnish this information. the contractor shall so certify Icy the sponsor or tilt• FAA. as appropriate. and shall set forth what efforts it has made to obtain the information. 1.5 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 deternune to he appropriate• including,but not limited lo: a. Withholding of pimiients to the contractor under the contract until the contractor complies, and of b. Cancellation, tv.mrination, or suspension of the contract, in whole or in part. 1.0 Incorporation of Provisions. The contractor shalt include the provisions of paragraphs i through 5 in every subcontract, including procurements of nlateriah and leases of equipment. unless exempt by tile Regulations or directives issued pursuant thereto, The contractor shall take such action with respect to any suhconu•ac.t or procurement as the sponsor or the FAA nom direct as ;I nu-ais 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 W. a result of sac•h 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 AC"f OF 1992, SEICI'ION 520 (;ENEiZAL CIVIL RIGHTS PROVISIONS (1'1sRSION 1. 1!5!411) The contractoritenant!cuncessionarre lessee assures that it will compl\ with pertinent statutes, h.xecuuve orders and such rules as are promulgated to assure that no person shall. on tile gioUndS elf r:ICC. CTCCd. C0101'. rational origin, sex, ague, or handicap he excluded from paruclpating in any activity conducted with or benefiting front Federal assistance. This provision obligates the tenant scree sunlairc!Icsscc or its transferee foil the period during which Federal assistance is extended to the airport a progrann. exempt whel•r federal assistance as to provide, or is in the form of personal properly or real property or interest therein or structures or Improvements thereon. In these cases the ' provision obligates the party or an}, transferee for the longer (it'the• f011cnime periods: tat the period during whlch the property is used by the airport sponsor or any transferee for a purpose for which Federal a,�ststance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during, which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractor:;, this provision binds the contractors from the bid solicitation period through the completion of the contract. 3. INSPECTION OF RECORDS -49 CI R PART ]8 (VERSION I, 1/5/9(1) The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any hook,~, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain till required records for three years after the Sponsor makes final payment and all other pending nuttters are closed, 4. RIGHTS TO INVENTIONS -49 CFR i'ART 18 (VE.RSiON 1, 115/90) All rights to inventions and material::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. Information regarding these rights is available from the FAA and the Sponsor. 5. BREACIi OF CONTRACT TERMS SANCTIONS 49 CFR PART 18 (VERSION 1, 1/5/9(1) Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. 6. DBE REQUIRED STATEMENTS -49 CFR PART 26 Where used in this provision, "Department of Transportation" or"DO'1"' refers to the United States Department of Transportation. "MoDOT' refers to the Missouri Department of Transportation and the Missouri Highways and Transportation Cornmission. P%lia.. It is the policy of'the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maxinlurn opportunity to participate in the peribmiance of e.ontracts financed in whole or in part with Federal funds under this agreement, Consequently. the DBE requirements of 49 CFR Part 26 apply to this agreement. Contract Assurance. MoDOT and the city will ensure that the following clause is planed in every USDOT assisted contract and subcontract: "Tire contractor or subcontractor shall not discriminate air the basis of race, color, national origin, or sew in the performance of this contract. The contractor shall carry out applicahle requirements o/'49 Ch'R Part 20 in the award and administration of USDOT acsived contracts. Failure by the contractor to curry, out these requirements is a iaterial breach of this contract. which ma►,result in lire termination of this contract or such other reined),as the recipient deems appropriate." ' ('This assurance shinl he included irr each subcontract tire, pr•inu• contractor signs with a suhronmactor.) Federal Fh aneial Ass mince Agreement Assurance. MoDOT and the city a-ree 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 eitr shall not discriminate on the hasis of rare, solo►•,national origin, or• se.>,• in the award and perfornrunee of a►rt' USDOY'ussisted contract or in till' adin in istrution of its DRIi Program or the requirements of 49 CFI! Part 26. Thr reci/iieni shall take all nerescarr, and reasonable steps under 41) C'FIl Part 26 to ensure nondiscrimination in the award and administration of USDOT assisted contracts. The recipient's DRli Program, us required hr 49 CFR fart 20 and as approved hr USDOT, is incorporated hr reference in this al,►reenrent. Implementation of this program is it legal obligation and failure to carpi' out its approved pragram, the Department mat' impose sanctions as provided for under Part 26 and ntay, in appropriate cases, refer the matter for enforcement under IN U.S.C. 1001 and/or the Program �! Fraud Ctvll Remedies Act of 1986 01 U.S.C. 3801 et seq.)." I MoDOT and the city ensure that all recipients of USDOT assisted contracts, Finds, or grants incorporates. agrees to and complies with the assurance statement. J_rD,Mjjt IIU411cil l. MODOT and the city require all contractors to pay all subcontractors and suppliers 1 for satisfactory p r('ormance 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 nuist 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 Moi)OT. the city or USIXTI. MoDOT and the city will maintain records of actual payments to DBE firms for wort: committed to at file time of contract award. MoDOT and the city will perform audits of contract payments to firims. The audits will review payments to subcontractors to ensure that the actual amount paid to 0131". subcontractors equals or exceeds the dollar amounts stated in the schedule of DI3[ participation and that payment was made in compliance with Missouri Revised Statute,,, Chapter 34. Section 34.057, Afksouri Revised Stattttec Chapter 34 State Purchasing and Printing Section 34.057 August 28, 1099 Public works contracts--prompt payment by public owner to contractor—prompt payment by contractor to subcontractor--progress piiynlents--retainage--late payment charges-- withholding of payments. 34.057. 1. Unless contrary to any federal ftmdin, requirements or unless funds from a state grant are not timely received by the contracting public municipality but riot withstandinu any oilier law to the contrar7,. all public works contracts made and awarded by the appropriaw officer. hoard 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 reterred to as the public. owner. for construction, reconstruction or alteration of any public work, 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 the contractor on at least a monthly basis as the wort: 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 detennined by the protect architect or r..ngincer. Rctainage withheld in public work:: projects shall not exceed five percent of the value o1'the contract or subcontract units,, Olt- public owner and the architect or engineer determine that a higher rate of'r,-tamage is required to ensure performance of*tire contract. Retainagc, however. ~hall ' not exceed ten percent of the value of the contract or subcontract. Incept as provided in subsection 4 of this section. the public owner shall pay the contractor the amount due. less a retaingc not to exceed ten percent, within thirty days following the latter Of'the followinp: 4- (a)7'lie 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) In those instances in which the contractor approves the pul-Aic owner's estimate. the date upon which such notice of approval is duly delivered to the person or plaice designated by the public owner: (2) Pavmcnts shall be considered received within the context o1' this section when they are duly posted with the United States Postal Service or other agree(] upon delivery service or when they are hand-delivered to an atutharized person or place as agreed to by the contracting partic:;; (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 he 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 retatinage on any contract payment if. in the public owner's opinion, the work is proceeding satisfactorily. 1f 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 t.hn contract work and acceptance by the public owner's authorized contract representative. or as may otherwise he provided by the contact specifications for state highway, road or bridge projects administered by the mate highways and transportation commission, Such payment shall he 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 he required by die contract documents. If at that time there are any remaining minor items to he 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 he subject to late payment charges provided in this section. Except as provided in subsection t 4 of this section, if the contractor has not been paid within thirty 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 front 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 shall be oblif:ated to disburse on a pro rata basis those funds received, with the contractor, subcontractors and material suppliers each receiving it prorated portion based on the amount of payment. When. however, tine public owner does not release the full payment due under the contract because there are specific areas of wort: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 he paid for that portion of the Nkork 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. falls to make any payment to his subcontractors and material suppliers within fifteen days after receipt of payinent under the public construction contract, the contractor shall pay to his subcontractors and material suppliers, in addition to the paynnent due them, interest in the amount of one and one-half percent per month, calculated from thr expiration of the fifteen-day period until fully paid. ']'his subdivision shall also apply to any payments made by subcontractors and material suppliers to their subcontractors and material suppliers and to all payments nnade to lower tier subcontractors and material suppliers throughout the contracting ' chain: (8) The public owner shall nnake final payment of all nnoneys owed to the contractor. less any offsets or deductions authorized in the contract or othetwise authorized by taut, within thirty days of the due date. *Final payment shall be ' considered due upon the earliest of the following events: t t, (a) Completion of the pioJect and filutg with the owner of.ill required documentation and Certifications. fit complete and acceptable form, in accordance with the terms and Conditions of the contract: (b) The protect is certified by the architect or engineer authorized to make• such certification on behalf of the owner as having been completed, includintc file filing of all documentation and certifications required by the contract. in complete and acceptable forni: or (c) The project is certified by the contracting authority as having been completed, including the ftlitig of till , documentation and certifications required by the contract. in complete and acceptable form. 2. Nothing in this section shall prevent the contractor or subcontractor. at die time of application or certification to ' the public owner or contractor, from withholding such applications or certifications to the owner or contractor fir payment to the subcontractor or material supplier. Amounts intended to be withheld shall not he 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 surn or a reasonable amount for retention,not to exceed the initial percentage retained by the owner. 3. Should the contractor deterlidne, 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 estnnate 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 SpCCific Suhcontrtu:tor or material supplier for any of the reasons enumerated in this section, and such moneys are withhold from such subcontractor or material Supplier, then such 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 he 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 die contractor and throughout the various tiers of the contracting chain. 4. The contracts which provide for payments to file 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 thin\ drays following the date upon which the estimate is required by contract to be ' completed by the public owIier, 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 pa}nient 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. i• Notting 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 liniiied to. the following: liquidated damages: unsatisfactory job progress: defective construction work or material not remedied: disputed work: failure to comply with any material provision of the contract: third party claims filed or reasonable evidence that a claim will he Filed: failure to make time]\• 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 ' sum: or citation by the enforcing rtuthority for rats of the contractor or subcontractor which do not compl.,, with any material provisuni of the contract and «•Rich result to a violation of any federal. state or local law. regulation or ordinance.applicable to that project causing additional cost"or damages to the owner. ...tu. r G, Notwithstanding; any other provisions in this scctian to the contrary, no late payment interest :hall he due and owing for payments which( cite withheld in good fhit.h for reasonable cause pursuant to subsections 2 and 5 of this section. 11' 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 witlJield 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 detern»nes 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 party 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 costs attributable thereto and reasonable expenses incurred by such party, including reasonable attorney fees. (L, 1990 S.B. 808&,672 § 1) MoIDOT 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 (N7ERS10N 1. 1/5/90) The contractor or subcontractor,by submission of an offer and/or execution of a contract,certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list. or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list: c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of chanced circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification waF erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. if it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, die Federal Aviation Administration ntay 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. •S(1 This certification concerns it matter within thr 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 1 001. 8. CERTIFICATION ION RFGARDINC; DLBARMENT, SUSPENSION, INELIGIBILITY.. AND VOLUN'I'ARl' EXCLUSION - 49 CFR PART 24 (VERSION 1, 1/5/9(1) The bidder/offeror certifies, by submission of this proposal or acceptance of this contract. that neither it nor its- principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in till lower tier transactions, solicitations, proposals. contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to ccrtifj,to this statement, it shall attach an explanation to this solicitation/proposal. 9. TERMINATION OF CONTRACT -49 CFI: PART 18 (VERSION 1. 115190) 9.1 The Sponsor may.by written notice, terminate this contract in whole or in part at any time,either for the Sponsor's convenience or because of failure to fulfill the contract obligations. upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract. whether completed or in progress, delivered to the Sponsor. 9.2 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. 9.3 If the termination is due to failure to fulfill the contractor's obligations, die 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. 9.4 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 die Sponsor. In such event, adjustment in the contract price shall he made as provided in paragraph 2 of this clause. 9.5 The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. 10. CLEAN AIR AND WATER i ()LLIt'I'ION C'ON'1ROi. REQUIREMENTS (VERSION 1, 1/5/9(1) Contractors and subcontractors agree: a. That any facility to be used in the performan x of the contract or subcontract or to benefit from the contract is not listed on the Environmental 1'rotecuon Agency(13I'A) List of'Violating facilities,: b. To comply with all the requirements of Section 114 ol'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 ct seq. relating to inspection.monitoring. entry, reports. and information, as well as all other requirements specified in Section 1141 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder: c. That, as a condition for the aware( of this contract. the contractor or subcontractor will notify the awarding official of the receipt of any conuuunicaoon fronh the Fll.,1 indicating that it facility to be used for the performance of or benefit from thr contract is under consideration to be listed on the EM Ll,,i of Violating Facilities; d. To include or cause to be incluc.ied in any construction contract or subcontract which exceeds 100.000 the aforementioned criteria and requn-enuc.nts. 11. DAVIS BACON REQUIREMENTS - 24 C'FR 1'AIZT.5(VERSION L 11514(1) 11.1 Minimum Wages. SI (i) All laborers and mechanics emploved or Nvorking 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 affy account (except such payroll deduction,, as are permitted by the Secretary of Labor under the Copeland Ac!(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 part 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 under section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics ar,- considered wages paid to laborers or mechanics, subject to the provisions of paragraph (I)(iv) of this section; also regular contributions made or costs incurred f'or 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(x)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification f'or 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 wag,.- rates conformed under (1)(ii) of this section) and die Davis-Bacon poster (WI.1-1321) 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 emploved 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 perfonned by the classification requested is not performed by a classification in the waste determinations:and t (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 die wage determination. (B) If lie 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 hinge benefits where appropriate). a report of the action taken shall be sent by the contracting officer to the Administrator of the Nk�aue and Hour Division. Employment Standards Administration. U.S. Deparunent of Labor, VkVashington. 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. (Approved by the Office of Management and Budget under OMB Conti-ol Number 12 1:5-014(1). (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. inclurlirtg 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'reccipt and so advise the contracting. officer or will notify the Contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under ON413 Control Number 121�-0140). 5 (D) 'file wage rate (including fiinge benefits where appropriate) determined pursuant to subparagraphs (1)(13)or(C)of this paragraph. shall be paid to all workers performing, work in the classification under this contract from the first day cni which wort: is performed in the classification. (iii) Whenever the minimurn wage rate prescribed in the contract for a class of laborers or mechanics 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 bcnia fide fringe benefit or an hourly cash equivalent thereof. (iv) if the contractor does not make payments to a trustee or olher 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 mectinf,of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140). 11.2 Withholding. The Federal Aviation Administration or the Sponsor shall upon its owii action or upon written request of an authorized representative of the Department of Labor withhold or cause to be N,6thhefd 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 die 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 die 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 pan of the wages required by the contract, the Federal Aviation Administration 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 until such violations have ceased. 11.3 Pavrolls 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 hours worked. deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that 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 I(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 p)an or program is financially responsible, and that the plan or program has been 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 \tiritien evidence of the registration of apprenticeship programs and , certification of trainee programs• tiie registration of th:: apprentices and trainees. and the ratios and wage rates prescribed in the applicable progrann. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (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 oa7ier, as thr, case niav he:. for transmission to the Federal Aviation Administration. The paviolls submitted shall set out accurately and complete]\, all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may he submitted in any form desired, Optional Form WI1-347 is available for this purpose and may be purchased from the Surcrtntendcnt of Documents(Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies: of payrolls by all subcontractors. (Approved by the Office of Management and Budget under 0MI1 Control Number 1215-0149). (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 die 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 conect 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 us set forth in Regulations 29 CFK 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 incon-wrated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Fonn WI.1-347 shall 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 cif'f itle IS and Section 231 of Title 31 of the United States Code. (ii) 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 permit such representatives to interview employees during working hours an the job. If the contractor or subcontractor fails to submit the required records or to make them available. the Federal agency may,after mitien notice to the contractor, sponsor. applicant or owner, take such action as may be necessan, to cause the suspension of any firrther payment. advance, or guarantee of funds. Furthermore. failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.)2. 11.4 Apprentice,,and'trainees. (i) Apprentices. Apprentices will be penmitted to work at less than 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 Trainingt. 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 he eligible for probationary employment as an apprentice. The allowable ratio of apprentice,, to journeymen oil the,job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered prograni. Any worker listed on a payr'o11 at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the r . 5� _ applicable wage rate on the wage determination for the classification of work actually performed. In addition, arty apprentice performing work on the lob site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate (u) the wage determination for tite wort: actually perforated. \,\'here a contractor is performing construction on a project u► a locality other than that in which its program i�, regi�aered. 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 lie 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 journemen hourly rate specified in the applicable wage determination, Apprentices shall he 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 1 raining, or a State Appre:ntic:eship 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 prede.tern►ined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.1 b. trainees will not be permitted to wort: at less than the predetermined rate for the work perfonned 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. Even, trainers must be paid at not less than die rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified to the 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 he paid the full amount of fringe 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 journevman 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 detennination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices. trainees and journeymen under this part shall he in conformity with the equal employment opportunity requirements of Executive Order 11246. as amended.and 29 CFR fart 30. 11.5 Compliance Mlitlt Copeland Act Requirements. The contractor shall compl,., with the requirements of 29 ChR Part 3.which are incorporated by reference in till~contract. 11.6 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(l) through (10) and Such other clauses as the Federal Avianon Administration may by appropriate instructions require. and also a clause re()uiring the Subcontractors to include these clauses in any lower tier subcontracts. 'file prime contractor shall he responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 20 C'FI? fart 5.5. 11.7 Contract Tennination: Debarment. A breach of the contract clauses in paragraph 1 1.1 through 1 1.10 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_10 CPR 5.12. .55- I 1 1,R Compliance With Davis-Macon and Related Act Requirements. All rtthngs and interpretations of the Uavis-Bacon and Related Acts contained in 20 CFR farts 1, 3. and 5 are herein incorporated by reference in this contract. Q 11.9 Disputes Concerning 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 C)'i: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, 11.10 CertificationofEligibility. (i) By entering into this contract, the contractor certifies that neither it (nor s/he ) nor any person or firm 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 24 CFR 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 fhc I:)avis-Bacon Act or 29 CPR.5.12(a)(11. (iii) The penalty for making false statements is prescribed in the U.S Criminal Code. IS U.S.C. 1001. 12. CONTRACT WORKI)OURS AND SAui," 1' STANDARDS ACT REQUIREMENTS 29 CFR PART 5 (VERSION 1, 1 15 190) 12.1 Overtime Requirements. No contractor or subcontractor contracting; for any part of the contract work which may require oi- involve the employment of laborer~ or mechanics shall require.or permit any such laborer or mechanic, including watchmen and guards, in an), workweek in which s/he 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. 12.2 Violation: Liability for Unpaid Wages: liquidated Danurges. In the event of any violation of the clause set forth in paragraph 12.1 above. the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor mid subenntriictor shall be liable to tie United States (in the case of work done under contract for tie District of Columbia or a territon•. 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 12.1. above, in the sum of S10 for each calendar day on which such individual was required or permitted to work in excess of the ' stmdard workweek of fom, hours without paynieni of the overtime wages required by the clause set forth in paragraph 12.1 above. 12.3 Withholding for Unpaid Wagyes and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon writhen request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work perforined by the contractor or subcontractor under any such contract or, any other Federal contract with the same prinie contractor, or any other Federaliv-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 12.2 above. ' 12.4 Subcontractors. The contractor or subcontractor shall insert in am, subcontracts the clauses set forth in paragraphs 12.1 through 12.4 and also a clause requiring the suhconu'actor to include these clauses in am• lower tier subcontracts. The prime contractor shall be responsible for compliance by anv subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 12.1 through 12.4. 12.E Working Conditions. No contractor or subcontractor may require any laborer or niechanic employed in the performance of any contract to wort; in surroundings or under working conditions that are unsanilan" - Sh- hazardous or dangerous to his hralth or safety as determined under construction safety and health standards (29 C FR Part 1926) issued by the Department of Labor. 13. EQUAL EMPLOYMENT OPPORTUNITY -41 CFR PART 60-1.4(b) (VERSION 1, 1/5/911) During the performance of this contract, the contractor agrees as lbllows: 13.1 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, sea, or national origin. Such action shay) 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 Iralnlng. including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to he provided setting forth the provisions of this nondiscrimination clause:. 13.2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that all qualified applicants wiil receive considerations f6r employment without regard to race. color. religion. sex, or national origin. 13.3 he contractor will send to each labor union or representative of workers with which s/he has it collective bargaining agreement or other contract or understanding. it notice to he 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 employrmcnt. 13.4 The contractor will comply with all provisions of Executive Order 1 1246 of September 24. 1965. as amended, and of the nlles.regulations,and relevant orders of the Secretary of Labor. 13.5 The contractor will furnish 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. 13.6 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 he declared ineligible fclr further Government contracts or federallti, assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965. and such other sanctions may he imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule.regulation.or order of the Secretan,of Labor. or as otherwise provided by law. 13.7 The contractor will include the portion of the sentence immediately preceding paragraph 13.1 and the provisions of paragraphs 13.1 through 1i.7 in every subcontract or purchase order unless exempted by rules. regulations, or orders of the Secretary of Labor issued pursuant to section 2114 of Executive Order 11246 of September 24. 1965, so that such provisions will be binding upon each subcontractor or vendor. 'rile 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 it contractor beCOn1CS involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United Slates to enter into such litigation to protect the interests of the United States. ' 14. NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF TJIL' LAM CLAUSE, - 41 CFR PART 60-1.4(b) WERSiON 1. 1/5140) Equal Employment Opportunity is the Lace - Discrimination rs Prohibited by the Civil Rights Act of 1964 and by , Executive Order No, 11246 • Title V11 of the Civil Rights Act of 1964 -Administered by: The Equal Employment Opportunity Commission Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 25 or morn employees, by Labor Organizations with it hiring hall of 25 or more members, 'by Employment Agencies, and by ® Joint Labor-Management Committees for Apprenticeship or Training. {� Any person who believes s/he has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S. Department of Labor Washington,D.C. 20210 15. NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE) - 41 CFR PART 60-4.2 (VEI MON 1, 1/5/90) 15.1 The Offeror's or Bidder's attention is called to the "Equal Opportunity Clanse" and the "Standard Federal Equal Employment Opportunity Construction Contract Speciiir.,trtions" set forth herein. 15.2 The goals and timetables ibr minority and female participation. expressed in percentage terms for the contractor's aggregate workibrce in each trade on all construction work in the covered area,are as follows: Timetables Goals for minority participation for each trade Goals for Ieaude participation in each trade 4.0'/'il 0.91"i, TABLE 1_____—__--- MII;801110 ECONOMIC AREA (iv counties)_N I _ GOAL Cass, Clay.Jackson.Platte.Rav 12.7 j Andrew.Buchaunan _ _ —_ 3.2 f Atchison, Bates, Benton. Caldwell. Caroll. Clinton. Daviess, Dekalb. Gentry, Grundy, Harrison. 10.0 Henry, Holt. Johnson. Lafayette.Livingston. Mercer. Nodaway, Pettis Saline. Worth Boone --- �__ 6.3 Adair. Audrai, Callaway, Camden Chariton. Cole. Cooper, Howard. Knox. Linn Macon. Miller. — 4,0 Moniteau, Monroe, Morgan Osage Putnam Randolph. Schuyler, Scotlnn_d_. Shelby. Sullivan y _ Franklin,Jefferson. St. Charles. St. Louis 14.7 ^� Bollinger, Butler, Cape Girardeau. Carter. Crawford. Gasconade, Iron. Lincoln, Madison, 11.4 t (' Maries, Mississippi. Montgomery, Perry, Phelps, ReNnolds. I:ip)ey. St. Francois. Ste. GerreVIevc. I Scott, Stoddard,Warren. Washington. Wavne __ Christian. Greene _ _ _ y� _ _~ _ — -y.—i - -2.0 ---—I Barry. Barton, Cedar, Dadc. Dailas, Douglas. Hickory. Howell. Jasper, Laclede. Lawrence. 2.; ; McDonald, Newton, Oregon. Ozark, folk. Pulaski. St. Clair, Shannon. Stone. Taney, Texas. i _Vernon. Webster _ _ _ __ Lewis.ewis. Marion. Pike. Ralis z ---------- - ----------^'_ 3.1 Clark 3.4 Dunkin. New Madrid, Pcrnisr:ot �'---'--"" 26.;�_._.. These goals are applicable to all the contractor's construction work (whet)ter or not it is Federal or federally-assisted) performed in the covered area. If the contractor performs construction wort; in a geographical area located outside of the geographical area where the work is actually performed. N ith regard to this second area, Ihr contractor also is subject to the goals for both its Federally involved and nonfederally involved construction. I'he contractor's compliance with the f-xecufive Order and the reru)atiom in 41 CI-P, fart 60-4 shall be based on its implementation of the Equal Opportunity ChILISe. specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), 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 protect, for the sole purpose of meeting tile.. contractor's goals, shall he a violation of the contract, tite Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will he measured against the total work hours performed. 15.3 The contractor shall provide written notification to the Director. OFCCI', 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 he performed. 15.4 As used in this notice and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to ix performed giving the state, county. and city,if any.j. 16. NOTICE TO PROS 11 ECTIVI FEDERALLY ASSISTED CONSTRUCTION CON'TRACT'ORS - 41 CFR 611-1.8 (N7ERSION 1, 1!5/90) 16.1 A Certification of Nonsegregated facilities shall he submitted prior to the award of a federally- assisted construction contract exceeding, $10.000 which is not exempt from the provisions of the Equal Opportunity Clause. 16.2 Contractors receiving federall y-assisted construction contract awards exceeding 1+10,000 which are not exempt from the provisions of the Equal Opportunity Clause will he required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in IS U.S.C. 1001. 17. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERT'IFICA'TION OF NONSEGREGATED FACILITIES 17.1 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. 17.2 Contractors receiving subcontract awards exceeding S10.000 which are not exempt from the provisions of the Equal Opportunity Clause will he 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 in 18 U.S.C. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION ' CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALIA, .ASSISTED CONSTRUCTION CONTRACTS AND RI';LATE:D SUBCONTRACTS EXCEEI)1NG $10,000 WH1CII ARE NOT EXEMPT FROM THE EQUAL OPPOR'TUNin' CLALISE) 17.2a CERTIFICATION OF NONSF,GREGATE'D FACILITIES 'fhe federally-assisted construction contractor certifies that s/he does not maintain or provide, fir his employees,any ' segregated facilities at any of his establishments and that s/he dues not permit his emplovees to perform their services at any location. under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that s/he will not maintain or provide. for his employees. segregated facilities at any of his e establishments and that s/he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contactor aurees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. ' . 50- As used in tftis certification. the term "segregated fitcilnies" nleans any waiting rooms, work areas, restroonts, and washrooms,restaurants and other eating areas, tinteclocks, 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 federally assisted construction contractor agrees that (except where s/he, has obtained identical certifications from proposed subcontractors fir specific time periods) s/he, will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that s/he will retain such certifications in his files. 18. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) (VERSION 1, 11519(1) 18.1 As used in these specifications: 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 (OFCC'f'). U.S. Department of Labor. or any person to whom the Director delegates authority: c. "Fmplover identification number" means the Federal Social security number used on the Etnplover's Quarterly Federal 'fax RCtllr'll. U.S. Treasun,Department P'orm 941.: d. "Minority" includes: (1) 131acl; (all) persons having origins in anv of the Black African racial groups not of Iispanic origin): (2) Hispanic (all persons of Mexican, Puerto Rican. Cuban. Central or South American, or other ' Spanish culture or origin regardless of race): (3) Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East. Southeast Asia, the Indian Subcontinent, or the Pacific islands): and (4) American Indian or Alaskan native (all persons having origins to any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 18.2 Whenever the contractor. or any subcontractor at am tier, subcontracts a portion of tfre 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. 18.3 if the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area eithet individually or through an association, its affirmative action obligations on all wort: in tile, Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the flan. C..ontractors shall be able to demonstrate their participation in and compliance with the provisions of am,such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply midi its obligations under the EEC) clause and to make a good Faith effort to achieve each goad under the flan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractor,, toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith effOr•ts to achieve the flan goals and timetables. 18.4 The contractor shall implement tilt•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 cntploNntent and ti<►ining of minority and female utilization the contractor Should reasonable be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction worl: in a geographical area where they do not have it federal or federally assisted construction contract shall apply tine minority and female goals established for the geographical area where the work is being perfonned. Goals arc published periodically in the Federal Register in notice fomi, and such notices may be obtained .from any Offee of Federal Contract C:ompliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially unifonn progress in meeting its goals in each craft during the period specified. 18.5 Neither the provisions of any collective bargaining agreement nor the failure by a union with wholn the contractor has it collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, l xeculive Order 11246 or the regulations promulgated pursuant therein. 18,6 In order fbr tlly 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. "I rainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 18,7 The contractor shrill take specific affinnative actions to ensure equal employment opportunity. The evaluation of the eontractor',z compliance with these specifications shall be based upon its eflbn to achieve maximum results front its actions. The contractor shall document these efforts hilly and shall implement affinnative 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 tc, each construction proiect. The contractor shall specifically ensure drat all foremen. superintendents, and other onsite supervisory personnel are aware of and cam, out the contractor's obligation to maintain such it working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female- recruitment sources, provide written i notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain it record of the organizations' responses. c. Maintain it current file of the names. addresses, and telephone numbers of each minority and female off the-street applicant and minority or female referral from it union. it 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 ibr referral in(] was riot refcrTed back to the contractor by the union car. if referred, not employed by the contractor, this shall be documented in ' the file with the reason therefore along with whatever additional actions tile contractor may have taken. d. Provide immediate written notification to the fhrector when the 11111011 or untcutS with which the contractor has it collective bargaining agreement has not referred to the ;cnu'actor 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. c. Develop on-the-.tob training opportunities andlor participate in training programs for the arcs ' which expressly include minorities and women, includntg 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 71) above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions rand trairnng programs and requesting fheir cooperation in assisting the contractor in meeting its ElF.0 O obligations: by including it in any policy manual and collective baruaimm agreement: by publicizing it in the company newspaper, annual report, etc.: by specific review of the police with all management personnel and with all minority and fetrtale cltaployces at least once a vcar: and by -nl posting the company 11�'() policy on bulletin boards accessible to all en►ployces at each location where constniction work is perfonned. r g. Review, at least annually, the company's EI✓U policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff. termination, or other employment decision!; including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work tit any.job site. A written record shall be made and maintained identifying the tirne and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate tile, contractor's E1140 policy externally by including it ill any advertising in the news media. specifically including minority and female news media, and providing written notification to and discussu►g the contractor's IIHEO policy with other contractors and subcontractors wills whom the contractor does or anticipates doing business. i. Direct its recruitment efforts. both oral and written, to nunority. 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 n►onth prior io the date for the acceptance of applications far apprenticeship or other training by any recruitment source, the contractor shall send N%Titten notification to organizations. such as the above,describing the openings, screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recniit other minority persons and women and, where reasonable provide aficr school, summer. and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce, ® k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CrR 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 sect;or to prepare for, through appropriate training, etc.. such opportunities. m. Ensure that seniority practices, job classifications. wort: assignments, and other personnel 1 practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the faiU policy and the contrac:tor's obligations under these specifications are being carried out. rn, Ensure that all fiacilities and company activities are nonsegreuated 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 front minority and female construction contractors and suppliers, including circulation ot'solicuations to minorty 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 l`EO policies and affirmative action obligation.". 19.8 Contractors are encouraged to participate• in voluntary associations which assist in fulfilling one or more of their affirmative• action obligations (18.7a through 18.7p). The efforts of a contractor association. joint contractor union. contractor community, or other similar groups of'which the, contractor is ai member and participant. may be asserted as fulfilling any one or more of is obligations under IS.7a through 18.71) of these specifications provided that the contractor actively participates in the group, make;, every effort Icy assure that the group has a positive impact on the emplo\,nicni of minorities and women in the industry. ensures that the concrete benefits of'the program are reflected in the contractor's minority and female workforce participation. makes a good faith effort to ' meet its individual goals and timetables. and can provide access 10 docunicnlation which demonstrates the effectiveness o1 actions taken(in behal(of the Contractor. The oblipation to comply, however, is the contractor',,-,and failure of such,+ group to fulfill an obligation shell not be a defense for the contractor's noncompliance. 18,9 A single goal for minorities and a separate single goal for wornen 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 he in violation of the Executive Order if a specific minority group of women is underutilized. 18.1 U Tlte 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. 18.11 "The contrac=tor shall not enter into any subcontract with any person or Jinn debarred from �J Government rontracts pursuant to Executive Order 1 1240. 18.12 The contractor shall carry out such sanctions and penalties for violation of these specifications and of the E=qual Opportunity Clause. including suspension, termination. and cancellation of existing subcontracts as may he 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 cane out such sanctions and penalties shall be in violation of these specifications and Executive Order 1 1240, is amended. 18.13 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 maximimi results from its efforts to ensure equal emplovment 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 CPR 60-4,8. 18.14 The contractor shall designate a responsible official to monitor all eniplmnnent 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. die name, address, telephone number, construction trade, union affiliation if' arty, employee identification number when assigned, social security number, race. sex, status (e.g.. mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, arid locations at which the work was performed. Records shall be maintained in all easily understandable and retrievable form: however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. ' 1 SA 5 Nothing herein provided shall be construed is a limitation upon the application of other laths 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 V orks }•,niploynient Act of 1477 and the Community Development Block ' Grant Program). 19, BUY AMERICAN RI,-,QL1iREN1i;NT- STE-EL AND MAN U AC"1'Ui EJ) PROIDUC'I'S (JAN 1991) Under section 9129 of the Aviation Safely and Capacity f.xpansion Act of' 1990. the Secretary of'Transportation shall not obligate any funds for any pr•o.ject unless "steel and nianutiiciurecJ products (hcrcinaficr materials) used in such projects are produced in the United States. Although this appears to be a blanket requirement. the .Act further provides the following 4 exceptions: 1. T'he Secretary detcrnnnes that application of' the !iuv Anierican requirement would not br it: [he public ' interest: 2. The Secretary finds that such materials arc• not produced it the United States in sufficient and reasonably available quantities and of a satisfactory quality: e 3. in the case of the procurement of facilities and equipment under the Airport Improvement Act of 1982, as amended that (A) the cost of components and subcomponets which are produced in the United States is more than 60$(, of the cost of all components of the facility or equipment. and (13) final assembly of the facility or equipment has taken place in the United States; or 4. The inclusion of domestic materials will increase the cost of the overall project contract by more than 25°0. Determinations under exceptions 1 and 2 normally would be made prior to formulating a solicitation. Exception 3 is more of a definition of a domestic product. Exception 4 can only be determined after bid opening. There is no restriction against a company offering foreign produced items in its bid (alt.houiih the hid should identify those items). A sponsor, however may not award to that company unless it is pursuant to one of the exceptions listed above. 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 teams 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 States, if the cost of its components mined,produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in dic United Suites. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (i)or(2) shall be treated as domestic. b. Components, As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. c. Cost of Components. This means the costs for production of' the components, exclusive of final assembly labor costs. 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 I:,xpansion Act o f f 990,are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality. h. that the US Department of Transportation has determined. under the Aviation Safety and Capacity Expansion Act of 1940,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. 3. List of Supplies/Materials that the US Government has determined are not produced in the United States in sufficient and reasonably available quantities and orsufficient quality(.Ian 19911: Acetylene.black Mica Agar, hulk Microprocessor chips(brought onto Anise a construction site as separate Antimony,as metal or oxide units for incorporation into building Ashestos,amosite, chrysolite, systems during construction of' and crocidolite repair and alteration of real Bananas property) Bauxite Nickel,primary. in ingots, pigs. Beef. corned. canned shuts, cathodes. or similar firms: ' Beef extract nickel oxide and nickel salts Bephenium Hydroxynapthoate Nitroguanichne (also known as S Bismuth picrnte) Books. trade. text, technical, or Nux vomica, crude scientific; newspapers;pamphlets: Oiticica oil Magazines;periodicals;printed (.tlnve oil briefs and films;not printed in the Chives(preen),pitted or unpitted,or United Suites and for which stufTed. io bulk- Domestics editions are not Opium, crude Available Oranges,mandarin.canned Brazil nuts, unroasted Petroleum, crude oil, unfinished oils. Cadmium, ores and flue dust and finished products (sec Calcium cyanamide definitions below) Capers Pinc needle oil Cashew nuts Platinum and related group uncials, Castor beans and castor oil refined, as sponge,powder. Chalk, English ingots, or cast bats Chestnuts Pyrethrum flowers Chicle Quartz crystals Chrome ore or chomite Quebracho Cinchona bark (,imnidine Cobalt, in cathodes. roudelles,or Quinine other primary ore and metal fornis Rabbit fur till Cocoa beans Radium salts. source and special Coconut and coconut meat, nucicar materials unsweetened, in shredded. Rosettes Desiccated or similarly prepared Rubber, crude and latex Form Rutile Coffee,raw or green bean Santouin. crude Colchicine alkaloid, raw Secretin Copra Shellac Cork,wood or bark and waste Silk, raw and unmanufactured Cover glass.microscope slide Spare and replacement parts for ® ' Cryolite,natural equipment of•fbreign manufiacture.. Cammar gum an for which domestic parts arc not Diamonds, industrial, stones and available Abrasives Spices and herbs, in bulk F.metine. bulk Sugars, ram- Ergot,crude Swords and scabbards Erthrityl tetranitrate Talc. block, steatite Fair linen, altar Ttuutttulunu Fibers of the following types: abaci. 'tapioca flour and cassava abace,agave, coir. flax, jute,jute 'tartar, crude; tartaric acid and burlaps, palmyra and sisal cream of tartar io bull: Goat and kidskins 'tea in bulk Graphite, natural, crystalline. "thread, metallic (gold) crucible grade ?'hynue oil Handsewing needles Tin in bars, blocks arid pits Hemp yarn Tr•uprolidine hydrochloride Hug bristles fir brushes Tungsten I-lyoscine, bulk Vanilla beans Ipecac,root Venoms. cobra Iodine, crude Wax, canauba Kauriguin Woods: logs. i'eneer. and lumber of' Lac the following species: Alaskan Leather. sheepskin, hair type yellom cedar, angehque. balsa. Lavendar Oil ekki, greenhart, ligutuni vitae. Manganese nuuhogam. and teak Menthol Tarn, 50 Denicr ravon Petroleum teens are used as follows: , "Crude oil" means crude petroletm. as it is produced at the wellhead, and liquids (tinder atmospheric conditions) that have been recovered iirom mixtures of hydrocarbons that existed in it vaporous phase in a reservoir and that are not natural gas products. "Finished products" means any one or more of the following petroleum oils, or a mixture or combination of these oils, to be used without further processing except blending by mechanical means; 1. "Asphalt" - it solid or semi-solid cementitious material that (1) gradually liquefies when heated, (2) has bitumins as its predorninat.ing constituents. and (3) is obtained in refined crude oil. 2. "Fuel oil" -it liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from crude oil. such as kerosene, range oil, distillate fuel oils, gas oil,diesel fuel, topped crude oil,or residues. 3. "Gasoline" - a refined petroleum distillate that, by its consumption, is suitable for use as a carburant in internal combustion engines. 4. ".let fuel"-a refined petroleum distillate used to fuel let propulsion engines. .5. "Liquefied gases" - hydrocarbon gases recovered from natural gas or produced from petroleum refining and kept under pressure to maintain a liquid state at ambient temperatures. 6, "Lubricating oil" - a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. 7. "Naphtha" - a refined petroleum distillate fulling within a distillation range- overlapping the higher gasoline and the lower keroscnes. R. "Natural gas products" - liquid; (under atmospheric conditions) including natural gasoline, that, a. are recovered by a process of absorption, cornpression, refrigeration, cycling, or a combination of these processes, from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir, and b. when recovered and wil]►out processing in a refinery.definitions of'products contained in subdivision (2). (3), and (7) above. 9. "Residual fuel oil" - a tapped crude oil or viscous residuum that. as obtained in refining or after blending with other fuel oil, meets or is the equivalent of'MILSITC Mil-F-850 for Navy Special Fuel Oil and any more viscous fuel oil. such as No. � or Hunker C. "Unfinished oils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of'these oils, that are to he fi►rther processed other than by blending by mechanical means. 13111' AMPRICAN CiTTIFiCATE' O AN 1991) By submitting a bid/proposal under this solicitation. except lbr those items listed by the offeror below or on a separate and clearly identified attachment to this bid proposal. the offeror certifies that steel and each manufactured product, are produced in the United States.as defined in the clause Buy American - Steel and Manuluctured Products fbr Construction Contracts) and then components of unknown origin are considered to have been produced or manufactuted outside the United States. Product C'ountry of Origin 1 1 -na 211. VETERAN'S PREFERENCE (FER 96) 20.1 In the enlploynlcnt of labor(except in executive,administrative,and super isory positions), prcference.shall be given to Veterans of the Vietnam cra and disabled veterans as defined in Section 515(c)(1) and (2)of the Airport and Airway Improvement Act of 1992. I lowever, this preference;:hall apply only where the individuals arc available and qualified to perform the 1Nork to which the employment relates. 21. LOBBVING AND INVIAJENCiNG FEDERAL EMPLOYEES 21.1 No Federal appropriated funds shall he paid, by or on behalf of the contractor. to any person for influencing or attempting to influence an officer or employee of any af�ency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of anv Federal grant and the amendment or modification orally Federal grant. 21.2 If any funds oUler than Federal appropriate(] funds have been paid or will he paid to any person for influencing or attempting to influence in officer or enlplovc!v of illy agency. r Member of Congress. an offices 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-1_.Li.., "Disclosure of Lobby Activities," in accordance with its p� instructions. 22. AIRPORT'.10B SPECIAL PROVISION "By entering into this Contract.the Contractor agrees to comply with all :applicable terms 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 afffiliations 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 12918 (except as may he exempted by the executive order itself). The contractor understands, and agrees to inform its Own contractors and subcontractors. that failure !o comiply with Executive Order 12919 will suhteci them to disciplinary action as appropriate, including but not limited to. debarment, suspension. termination of the 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 12919." 23. EXECUTIVE ORDER 94-03 The Contractor shall comply with all the provisions elf' Lxecutive Order 04-03, issued by the honorable Mel Carnahan,Governor of Missouri,on the fourteenth (14'x') day of.fanuary 1094, which executive order is incorl)orated herein by reference and is made a part of this contract. This I]xeClllive Order which promulgates a Cody of Fair Practices in regard to non-discrimination, is incorporated herein by referent,- and made a part Of this Contract. This Executive Order prohibits discnnimatclr•y practices by the state. the contractor or its subcontractors based oil race, color, religion.national origin. sex. age. disability, ur veteran stale,,. 24. GENEIZAL GUARANTY Neither the final certificate of payrnew nor any pruvisum in the Contract nor partial or entire use of' the improvements embraced in this Contract by the Owner or the public shall constitute in 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 retncdy tiny defects in the work and pay for any damage to other work resulting therefrom which shall ;appear within a period of 12 immths from the (fate of final acceptance (if' work. The owner will give notice of defcetive material:, and wort: with reasonable promptness. In the event repair work is required. the contraclor shall remedy anv defects and pays for damage to other work resulting therefrom which shall appear within a period of 12 nunahs h'(!rll the date• of the acceptance of the repair work. c SECTION 4 SPECIAL PROVISIONS PART 13 FAA AND MoDOT REQUIREMENTS AIRPORT IMPROVEMENT PROGRAM - The wort: in this contract is included in Airport Improvement Program (All') State Block Grant I'roject No. AiRE 105-4013 which is being undertaken and accomplished by the Owner in accordance with the terms and conditions of a grant agreement between the Owner and the United States, under the Airport improvement Act of 1992, as amended, pursuant to which the United Statcs has agreed to pay a certain percentage of the associated project costs the are determined to be allowable under slid Act. The Contractor shall note that the United States is not a parly to this contract and no reference in this contract to the F.A.A. or any representative thereof, or to any rights granted to the 1'.A.A. or am' representative thereof, or the Untied States, by the contract,make the United States a part),to this contract. FAA INSTIEC'ElONIREVIENN', The Contractor shall allow any authorized representative of the F.A.A. to inspect and review any work or materials used in the performance of this contract. I,RWAY hACIIJTiI?S. The Contractor shall permit F.A.A, Airway Facilities(FAA Al*-) personnel the right to enter the work site during the terns of the contract for maintenance of existing navigation and communication facilities. in the event that the proposed Ail' work will impact existing FAA navigation and communication facilities, the contractor shall notify Nis. Bert McMillian one week in advance of construction activity in order to allow the FAA sufficient tine to locate and mark existing field cables and to avoid an unscheduled facility outage. The contractor shail coordinate with Ms. Bert McMilliarn.concerning all operation and shutdown of all FAA navigational facilities during this construction project. Any FAA equipmenticable that is damaged by die contractor shall be repaired as approved Ms. Bert McMilliant. If FAA cables are anticipated to facilitate construction, the Contractor shall provide advance notice Nis. Bert McMilliant in order to mobilize an FAA technician to the site far observation of the splicing. Splicing and cable repair shall meet the FAA Airway Facilities specifications and shall be accomplished to the satisfaction of Ms. Bert McMilliant. All such work shall be perfomred by qualified workmen regularly engaged in cable repair d splicing. In the event the existing cable cannot he repaired to the satisfaction of FAA Al: personnel, new cable of like kind shall be procured and installed by the Contractor. JMERATIONAL SAFETY ON AiRPORT DURING CONSTRIICI'ION. All work within the Airport Operations Area shall be accomplished in conformance to Advisory Circular 150'5370-3L. The contract drawings include information regarding minimum requirements for ope►ational safety on the airport during constniction. 'Fite Contractor shall prepare a detailed safety plan. based on the minir►rtun requirements set forth on the safety plan provided in the contract drawings, to be discussed at the preconstruction meeting. The Contractor's safety plan shall identify specific methods, sequencing,, phasing that he'she intends to use in order to accomplish the project work. The final safety plan shall be die result of a coordinated eftbrt bemeen the C)ti7tcr. the f:ngincer and the Contractor. The contractor shall adhere to the approved satery plan as agreed upon by the Cat wi. Engineer and Contractor. Modifications or deviations from the approved safety plan shall be submitted to the Engineer for review and approval prior to implementation. -ot; 111131E Ai)�V„1(11V1S' RLUQN o 1. Eligibility of DBE's: Sly those firms 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 firms can he obtained from WDOT. consulting engineer,or the sponsor. 2. Counting DBE Participation Towards DBL Goals: DRE 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 paragraph 14 as part of the Contract Proposal, Credit will only be given for use of DBE's that art, certified or accepted according to this specification. DBE participation shall he counted toward meeting the DBI::goal in accordancee with the following: it, Commercially Useful Function: The Sponsor shall count toward the DBE goal only those expenditures to DBE's that perfornl it 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 it commercially useful function. the amount of work subcontracted, industn, practices. and other relevant factors will he 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 pr (visions of normal industry practices. A DBE is presumed not to he performing a commercially useful function if the DBE is performing outside these guidelines. b. Materials and Supplies: 'file 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 thc DBE goal. A manufacturer must operate or maintain a facton,or establishment that produces on the premises the materials or supplies that are obtained by file contractor. (2) Sixty percent of expenditures to a DBE regular dealer will he 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 inventon, and regularly selling materials to the public. Bulk items such as steel. cement. gravel, stone and petroleum products need not he kept in stock. but the dealer must own or operate dlstributiun equipment. (3) No credit will be given toward the DBI: goal. if the prime contractor makes a direct payment to a non-DBE material supplier. However. it will he permissible for a material supplier to invoice the prime contractor and file D131 jointh,and he paid by the prime contractor making remittance to the DBE firn and material supplierjointly. (4) No credit, toward the DBI: goal. %vil! he given for the cost of materials or equipment used in a DBI_ firm's word: when those costs are paid by a deduction from the prime contractor's payment(s) to the DBE firm. c. Work Classifications: DBI= credit will count toward the contractual goal only for work actual]} performed by the DBI.: firm and \vithnl the Standard Industry Classification (SIC) code approved for that firm. The credit will hc counted in the follownij! manner: H) Manufacturer: Credit r� given for 100 percent of the value paid for materials furnished which become a permanent part of the proicct. A manufacturer is a firm that owns and operates the , facilities to produce a product required by the protect and purchased by the contractor. OQ- (2) Supplier: Credit is given for 60 percent of the value paid for materials furnished which becomes a per►nanent 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 prqjccts. or ruck 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 file hauling of those same materials. 'transportation of the materials is deemed part of the total cost, (3) Broker: Credit is given Im 100 percent of the fires or commission received by the DBE firm for materials purchased,services provided, or equipment secured and resold to the contractor, Fees or commissions are defined as the difference between what the DBE firm paid for the materials purchased, services provided, or equipment secured and die 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 file amount paid to lie DBE trucker if that trucking is performed by the DBE. with eriployces of the DBE, using equipment owned or 'ong-terns leased by the DBE. However, if the DBE fine uses leased trucks, at least one truck owned by the firm must be used on the project. Full credit will not be given for ]eased trucks unless they are leased on a long-term basis from another DBE firm, DBE owner operators, or a recognized cornmercial leasing operation. Firms licensed by file 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 contntissions. This type of' relationship will he subject to strict scrutiny. All trucks used must be labeled clear)\, and visibly with a sign indicating the firm owning or leasing die vehicle. MoDOT 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 die 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 performing, trucking for-die. contractor, if they appear on the contractor's payroll and separate records are furnished to the Sponsor documenting the expenditures. "file records shall include for each owner-operator: their social security number; driver's license number: vehicle reuistration 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 riot in full control, or does not have employees or trucks on the project. rd. 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 oN�nership 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: 70- (1) Contract responsibility of the DBF for specific contract items of work, (2) Capital participation by the DBE (3) Specific equipment to be provided by lire DBE". (4) Specific responsibilities of the DBF1 tegarding control of the joint venture, (5) Specific workers and skills to he provided by the DIAL.and (6) Percentage distribution to the l.NIF of the projected profit or loss incurred by the joint. venture. °I'lle joint venture must be certified in writinf, by MoDO'l . 3. Award Documentation anti Procedure: All bidders shall certify in the hid proposal their intent to meet or , exceed the established goal or to demonstrate Food faith of orts to elect t}he goal. failure to make such certification or failure to demonstrate !rood faith cfl6rts will render it bid non-responsive and will not he considered a. DBE Participation lnfornuttion: 'file apparent successful bidder must complete the requited DRi- participation inf6miatiorr in paragraph 14 as part of the Contract Proposal. The information shall demonstrate the contractor's intended participation by certified DBP,,. The information furnished shall consist of`. (1) 'rile names and addresses of Dlil; firms that will participate in the contract: (2) A description of the work that each DRIB will perform: (3) The dollar amount of the participation of each DRE: firer participating: (4) Written documentation (signed contract proposal) of the bidderiofferor'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 ofthe contract, the MoDOT Iixternal Civil Rights Office will contact by mail each DBE , firm participating in the contract,requesting written coil firma tloil irorrr the DBL- that it is participating in the contract as provided in paragraph 14 as part of the Contract Proposal.) h. Sponsor Evaluation: In selecting the lowest responsible bidder. the Sponsor and MoDOT will ' evaluate the DBE information provided with the bid. The Sponsor and MoDOT may request additional DBE information. Prior to awarding tile. contract the Sponsor will verify verhal}y andior 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 DBF goal, the bidder must submit in and as part of its hid. NWittell 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 linmle.d to: (1 ) Efforts to select portions of the wort for perfomlanre 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 DBF participation. Selection of portions of work shall be at least equal to the DLit.: goal. (2) Written notification to individual D13E's likely to participate in the contract sent at least 7 calendar days prior to the bid openings. The noaifrcalion shall list specific items or types of work and shall ■ he sent to it reasonable number o1 DI31*'s qualified to participate in the contract. (3) Efforts to negotiate with DBE's tin•specific items of'work includnhg: (at) Names. addresses, and telephone numbers of DRF's who were contacted. the dates of initial contact and information on further contacts made to determine with certainty if the DBEs were interested. 1'cLS4.ilill_S!L!?1)41k'S'�)L11;�SJ_L L�'_.S?,1(L4'414?d (b) Description of the information provided to the DBE's regardnrt the plans, slice ifr cat ons and estimated quantities for portions of the work to be perfornhed: (c) Individual statements as to why agreements with DBE's were not reached: and ' 71 (d) information on each DBL• 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 iBE"s are not available:or not interested. (6) Advert isements in general circulation media, trade association publications and disadvantaged- focus media concering subcontracting oflrortunities. (7) Efforts w 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 recnlitmcnt and placement of Dfil 's. The demonstration of* good faith efforts by the contractor must prove the contractor activoay and aggressively sought out DBE's to participate in the project. "file fbllowing actions would W) he considered acceptable reasons for failure to rneet the DBE-' goal and would toll constitute a good froth effort: (1) The D13L was unable to provide adequate performance and/or payment honds. (2) A reasonable DBE bid was rejected hosed on price. (3) 'file 1713E would not agree to perforlml 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 normall�l perform all or most of the work included in this contract. (6) The prime contractor solicited D131_ participation by mail only, Should MoDO.1'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 ol'good faith efforts. That notice nmay he faxed or enmailed to: ® Sharon M. 'I'acgcl F,xternal Civil Mights Administrator 11. O. Box 270 .Jefferson City,Missouri 65102 Telephone: (573) 751-2859 Far: (573)526-5040 F,Mlril: ttt�1't�;era n]11.11]]S±tl� l:�tc_J�14.,L1 The Administrative Reconsideration COnllllitlee will include ; individuals MoDOT deems appropriate and the rncnlhcrs will he familiar with the DL3L program. bidding, construction, and/or contracting; matters. The External Civil Rights Unit will process the request, including providing documentation of the deter-mination, and notiN the Administrative Reconsideration Committee of the request for review. however. the administrator, nor any nlenlher of Mo17o'1 that had a part in the initial determination will he a part of the reconsideration determination. As part of this reconsideration. the bidder will have the opportunity to provide \vritten documentation or argument concerning the issue of whether It met the goal or tltade adequate good faith efforts to do so to the committee. The bidder may choose to meet ill 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 hasis for finding that the bidder did or did not make adequate good Iaith efforts to elect the goal. "file 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 D);1_ 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 conn-actor shall continue good faith efforts throughout the life of the contract to increase the D131.participation to elect the contract goal. i If'a DBE is unwilling i,or unable to peribrtu the work specified. the contractor shall request from the Sponsor and FAA, relief from the obligation to use that U}3i . 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 D131L contract shortfidl, the contractor shall immediately take steps to obtain another certified DBE to perform an equal dollar value of allowable credit. if a new D131:: cannot be found, the contractor shall submit evidence of good faith efforts within 15 calendar days of the request for relief, The 1 contractor shall submit the new Di3E's name, address, work items and file dollar amount of cash item. Tile sponsor and the.FAA shall approve the new D13E: before the DBF.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 DBF participation. or what circumstances have changed affecting the DBE participation. If the sponsor is not satisfied with the evidence. then liquidated damages may he assessed for the 1 difference between the approved and actual DBE participation. 5. Records and Reports: The contractor and all of its subcontractot;s shall keep records its necessary to determine compliance with the 1313E obligations. The records shall include hilt are not limited to: a. Record of 1313E 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. h. Efforts to Utilize 1313E Finns; 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, ctc., to obtain the services of D131.'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 wort; perfomied by the DBE firni and the amount paid the D13E fire. This certification letter shall he signed by both the prime contractor and die D13E first. A sample certification letter is available on the MoDU'l' aviation website at hWn/m!Av\Y,►_li(KIMl yi fit ipya,3;r{Int(Icx.hl III . 1 1 1 1 1 1 SEX"HON A SPECIAL PROVISIONS PART•C STATE' REQUIREMENTS Reference to Federal Aviation Administration (FAA) in these contract documents is synom•mouS with Missouri Department of"Transportation(Mo1)OT) except when referencing standards and specifications. PART li LOCAL REQUIREME.NTS 01)1)1 MNIFICA'1'IQN AND INSURAN(. The Contractor agrees to ind I fy and hold harmless the City front 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 clain75, or suits, including court costs, attorney fiecs and other expense caused by any a,-( or omission of the Contractor and/or his subcontractors. their respective agents, servants or employees. 'Thr Contractor shall be required to provide the City of.lefferson with it Certificate of insurance outlining tire coverage pmvidcd, Insurance Contractor shall procure and maintain at its 0%V1l expense during the life of this contract: (a) _W_4C1<711CIL� .Q111J?.4ll.53111.41L1J1tIrirJ1S?c; fir all of its enlplovecs to be engaged in work under this contract. (b) Ct?D.t!_t►.Glcri: l_uU-1 i l..I lW11 ,'btt;1mmqc in in amount not less than 5-1.000,000 for all claims arising out of a single occurrence and 5300.000 for in\,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. RSMu., and Contractor's Property Damage Insurance in an M)OL1111 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 it single accident or occurrence. (c) 3tllirttt4l?i14.1<1.ili?Ji.tt�'_.1attlC.ilf.l4i in an amount not less 111,111 ,$2.000.000 for all claims arising out of a single accident or occurrence and S300.000 for any one person In a single accident or occurrence. (dt QwuL'' lire?mai!'.t•.L ohi_Iw'.1 Fit U4 The. Contractor shall also obtain at its own expense and deliver to the City an Owner's Prolectivc Liability Insurance Policy namini:the City and the Cite as the insured, in an amount not less than$2.000.000 Igor all clauns arisviv out of it Singic accident or occurrence and 5500.000 for any one person in a single accident or occurrence, except fur those clainis governed by the provisions of the• Missouri Workmen's Compensation Lary. Chapter 287, RSMo. Nu popery will lie accepted which excludes liability for damage to underground structures orb; reason ol'blasting,explosion k,r.c•ollapsc. (e) S1!hQ!1j1vi1cL - In ease any or all of this work is sublet. the Contractor shall require the Subcontractor to procure and niai aiin ill insurance required in Subparagraphs(a). (b),and (c) hereof and in like alll(lU1tlS. ' (f) S l�hc_n.C.1.11til!Lt111.(;'_.itl.l4i 1!t'�1(tLl.l.ttls'.trCl. The insuranct• required under Sub.-paragraphs(b) and (c) hereof shall provide adequate protection fior the C.ontractor and its subcontractors, respectively. against damage claims which may arise front operations under this comr;ict, whether such operations be by the insured or by anyone directly or indirectly employed by it,and 'risk, alminst any spccial ha/ards which may he encountered in the • performance of this contract. NOTE; Paragraph(f) is construed to require the procurement of Contractor's protective insurance(or contingent public liability and contingent property damage policies)by a general contractor who,,(,-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 GLIARANTEi:, The Contractor shall guarantee that t.he equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for it period of one year from the date of final accepttmee. In addition. the ' equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjusnnent;, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. The cost of all materials,parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts,repair of'part:,or corTCCtion of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond, The Contractor also extends the terms of thus guarantee to cover repaired parts and all replacement part;: furnished under the guarantee provisions for a period of one year front the date of installation thereof. If within ten days after the City rives the Contractor notice of defect. failure, or abnornality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, die City is hereby authorized to make die repairs or adjustments itself or order the work to be done by a third party. the costs of the wort;to.be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. 1 0 o PART E FEDERAL AND STATE WAGE RA'P'ES 77te federal and state wage rates need to he current within 10 dgvs or the hid opening. o , 1 ' 1 1 0 0 0 i � 1 1 0 1 1 0 1 • 1 GENERAL DECISION: M020030001 06/11/2004 MO1 Date: June 11, '2004 General Decision Number: M020030001 06/11/2004 Orseded General Decision Number: M0020001 State: Missouri Construction Types: Heavy and Highway Counties: Missouri Statewide. HEAVY AND HIGHWAY CONS'T`RUCTION 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 CARP0007-008 04/01/2003. CASS (Richards-Gebauer AFB ONLY) , CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes Carpenters: tV CARPENTERS & PILEDRIVERS. . . .$ 25. 50 6.88 -------------------------------------- e P0008-003 05/01/2002 ST. LOUIS COUNTY AND CITY Rates Fringes --Carpenter--------------------------,--6t-------------•---j- ------- CARP0011--001 05/01/2002 ' Rates Fringes Carpenter and Piledriver ' ADAIR, KNOX, PUTNAM, SCHUYLER AND SULLIVAN COUNTIES. . . . . . . . . . . . . . . . . . . .S 23. 63 6. 99 ATCHISON, ANDREW, BATES, ' CALDWELL, CARROLL, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, ' BOLT, LIVINGSTON, MERCER, NODAWAY, ST. CLAIR, SALINE, AND WORTH COUNTIES. . . . . . . . . .$ 22. 5-3, 6.74 AUDRAIN (East of Hwy. 19) , RALLS, MARION, LEWIS, CLARE: AND SCOTLAND COUNTIES.$ 245 .03 7 .56 AUDRAIN (West of Hwy 19) , BOONE, COOPER, HOWARD. . . . . . .$ 23. 63 6.99 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADS, ' http://fTwebgate.access.gpo.gov/egi-bin/geldoc.egi?dbnamc=Davis-Bacon&docid=M020030001 7/15/2004 WAIS Document,Retrieval Page 2 of 30 DALLAS, DOUGLAS, GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, WEBSTER AND WRIGHT COUNTIES. . . . . . . . .. 22. 1E 6.74 BENTON, MORGAN AND PETTIS COUNTIES. . . . . . . . . . . . . . . . . . . .; 22. 33 6. 99 BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, A MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, STE. GENEVIEVE, SCOTT, STODDARD AND WAYNE COUNTIES. . . . . . . . . . $ 24 . 56 BUCHANAN, CLINTON, JOHNSON AND LAFAYETTE COUNTIES- -$ 23. 1$ 6.74 CALLAWAY, COLE, MILLER, MONITEAU, OSAGE. . . . . . . . . . . . .S 2:. 63 6. 99 CARTER, HOWELL, OREGON AND RIPLEY COUNTIES. . . . . . . . . . . .$ 2-3 , 64 7.3.8 CHARITON, L,INN, MACON,MONROE, RANDOLPH AND SHELBY COUNTIES. . . . . . . . . . . . .:' 23. 6_3; 6. 99 CRAWFORD, DENT, GASCONADE, IRON, MADISON, MARIES, , MONTGOMERY, PHELPS, PULASKI, REYNOLDS, SHANNON AND TEXAS COUNTIES. . . . . . . . . .. 223. 80 7 .56 FRANKLIN COUNTY. . . . . . . . . . . . ... 25.. 9? 1 .56 JEFFERSON AND ST, CHARLES COUNTIES. . . . . . . . . . . . . . . . . . . .; 2E. 44 7 .56 LINCOLN COUNTY. . . . . . . . . . . . . .$ 25. 54 .56 PIKE, ST. FRANCOIS AND WASHINGTON COUNTIES. . . . . . . . .. 24 . 59 7 . 56 WARREN COUNTY. . . . . . . . . . . . . . .. ''.` . 92 ----`_-_-b____ ELEC0001-002 06/01/2002 BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, FRANKLIN, , IRON, JEFFERSON, LINCOLN, MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, REYNOLDS, RIPLE,', ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County) , S",.'E. GENEVIEVE, SCOTT, STODDARD, WARREN, WASHINGTON AND WAYNr COUNTIES' R.A1,e< Fr.irIaC�_ Electrician. . . . . . . . . . . . . . . . . . . .. 21-.2C '_`. 64 ELEC0002-001 12/01/20GI ADAIR, AUDP.AII:, BOON-E, CALLAWAY, CAMDEN, C'AR,TEI:, CLARK, COLE, COOPER., CRAWFOR.E, DENT, FRANKLIN, GI:SC'OIIF:DL, HOWARD, HOWELL, IRON, JEFFERSON, KNOr:, L?i;V:l. INC;01:, L11•Ii;, MACON, MARIES, MARION, MILLI-Ek, MON'_TE:AU, MONROE, MOI.T.;OMEP.'i, MORGAN, OREGON, O SAGE, PERRY, PHELPS, PII<I:., PU;.,t:SE:_ PUTNAM, BALLS, RANDOLPH, RE`iNO' L'S, RIPL,EY, "HARL?::C'., ST . ST. LOUIS (City and Coun'�y) , STE. GENF'V1E%1E' SCHUYLEI':, ,. SCOTLAND, SHANNON, SHELF`.', SUL: iVAI:, TEXAS, WARREI: AF]i WASHINGTON COUNTIE;_ Dine Construction: http://frwebgate.access.L*po.gov/cgi-bin/getdoe.egi?dhn:une=D,ivis-Bacon&docid=MO20030001 7/15/2004 , Groundman Equipment Operator$ 25. 32 3. 25+41.. 30 , Groundman, Groundman Driver.$ 20.04 3.254.41. 308 Groundman-Winch Driver. . . . . .$ 20. 81 3.25-41 . 308 -Lineman an Equipment-Operator$-`8.3-'----__3.26. 41 . 3M Lineman and Cable Splicer S 28 28s 26+41 308. 0053-004 08/27/2000 Rates Frinaes Line Construction: ANDREW, ATCHINSON, BARRY, BARTON, BUCHANAN, CALDWELL, CEDAR, CHRISTIAN, CLINTON, DADE, DALI.,AS, DAVIESS, DE KALB, DOUGLAS, GENTRY, GREENE, GRUNDY, HARRISON, HICKORY, HOLT, JASPER, LACLEDE, LAWRENCE, LIVINGSTON, MCDONALD, MERCER, NEWTON, NODAWAY, OZARK, POI.K, ST. CLAI R, STONE, TANEY, VERNON, WEBSTER, WORTH, AND WRIGHT COUNTIES. Groundman Powderman. . . . . . . . 5 18 . 69 7 . 37 Groundman. . $ 17 . 30 6. 96 Lineman Operator. . . . . . . . . . . ; 25. 41 5. 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 . 45 7 . 31 Lineman Opera•.:.or• . . • . , , .. . . . . . . . . . . . •S 25. 97 5.46 Lineman. $ 27 . 80 9.99 ELECO095-001 06/01/2001 BARRY, BARTON, CEDAR,, CRAWFOR:D, DADE, JASPER, LAWRENCE, MCDONALD, NEWTON, ST CLAIR, AND VERNON COUNTIES Rat��•s Erina�:: Electricians: Cable Splicers. 20. Br. ` .6E Electricians. . . . . . . . . . . . . . . . 20. C . f;. 6> ELEC0124-007 091129/200-- BATES, BENTON, CARRO.L,L, CASS, CLAY, COOPER, HL-'MP i, JACESOI':, JOHNSON, LAFAYETTE, MORGAN, PE-TME', PLATTE, Ftr':'i ANL, SALINE COUNTIES; kat�e� fi. ._r,ac:s ' Elect_ician--------------------------- � 30 -------------1_-8_--___.__ 00057-00 -03/01/2003:.' :% ' AUDRAIN (E>:cept Cuivre Township) , BOONE, CALLAWAY, 'CAMDEN, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/15/2004 WA.1S Document Retrieval Page 4 of 30 CHARITON, COLE, CRAWFORD, DENT, GASCONADE:, HOWARD, MARIES, MILLER, MONITEAU, OSAGE, PHELPS AND RANDOLPH COUNTIE! hates F rinoes Electricians: Cable Splicers . . . . . . . . . . . . . .$ 24 .73 12. 265 Electricians. . . . . . . . . . . . . . . . ; 2_'�.'l 12. 16r. ELEC0350-002 12/01/200_z e ADAIR, AUDRAIN (East of Highway 19) , CLARE, KNOX., LJ'W1f;, LINN, MACON, MARION, MONROE, MON'T'GOMERY, PIKE, PUTNAM, fthTJA..J, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES k tcs F'r.i.nae:: ---- ------------------------------------------- rician X 15 .._._.____10� ELEC0453-001 09/01/2001 1 rat c <, Fri.nra�.r Electricians: CHRISTIAN, DALLAS, DOUGLAS, GREENE, HICKORY,HOWELL, LACLEDE, OREGON, , OZARK, POLK, SHANNON, WEPSTEF. AND WRIGHT COUNTIES. . . . . . . . . '; 2C,.E _ 5 3"1+ 104 PULASKI AND TEXAS COUNTIES. . - 71. 50 _�_/+ 1G4. -----STONE-AND-TANEY------COUNTIES ,---- -1 t-A`'__--._----`-?_ _.,(,-_.--___- ELECO545-003 06/01/2002 ANDREW, BUCHANAN, CLINTON, DEKALB, ATCHISOE, HOLT, MF:R-ER, , GENTRY, HARRISON, DAVIESS, GRUNDY, WORTH, NODAWAY, AND CALDWELL COUNTIES finger Electricians: . . . . . . . . . . . . . . . . . . , :'62 9. 54 ELEC0702-004 01/01./2002 BOLLINGER, BUTLER,,) CAPE GIRARDEAU, C�UIJI;L111", wji):_L10N, MISSISSIPPI, NEW MAUhID, PEM1S::0'I', S':U7"t, 77TODDARL, AND 41J;YAlE COUNTIES F:utG: F'.:iracs Line Construction: Groundman - Class A. . . . . . . . . 4 ',S. Groundman Equipment ' Operator (x,12 crawler type equipment. D-4 and laroer, . . . ;' 4 , 4c ;� Linemann. . . . . . . . . . . . . . . . . . . . . .. 2 t; . r,E 4.,'. -------------------------------------------- ------- ENGI0101-001 05/01/2004 ANDREW, ATCHISON, BATES, BENTON', BC1„HANAI:, ::AI.[)WE*..*.,, JeF;kG JL, ' CHARITON, CLINTON', COOPER, DAVIT s,, [)EKhLii, GENTRY, GRUI-IDY, HARRISON, HENRY, HOLT, HOWARC,. JOHNSON, LAPPiYETTE, LINN, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbnunie=Davis-Bact)n&docid=M020030001 7/1 5/2004 LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SULLIVAN AND WORTH COUNITES Rates Fringes wen equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .; 23.85 9. 90 GROUP 2. . . . . . . . . . . . . . . . . . . . . .. 33.95 9. 90 GROUP 3. . . . . . . . . . . . . . . . . . . . .S 21. 9,E 9. 90 ' 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; dreoae enaineman; dredge operator; drill cat with compressor mounted (self-contained) or similar type se1S- propelled rotary drill (not air tract) ; drilling or boring machine (rotary-self-propelled) ; finishing machine operator; greaser; high loader-fort: lift-skid loader (awl -ypes) ; 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 *ooter (all tiller types) ; tow boat operator; truck: crane; ood 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 grade: 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-hammer (or similar type) ; paymill operator,: power shi�_,ld; pumps; roller operator (with or without: blades) ; scr(-�eninc and washing plant; self-propelled street broom or sweeper; siphons and jets; straw blower; stump cutting machine; siphons and jets; tan): car heater operator (combination boiler and booster-) ; welding machine; vibrating_ machine operator (not hand held) ; welding macnirl'E.'. GROUP 3: Oiler; oiler driver; mechanic. HOURLY PREMIUMS: THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE (�; .25) ABOVE GROUP 1 RATE: Dragline operator - _ yds. & over; shovel 3 vds. & over-; clamshell 3 vds. & over; Crane, rigs or piledrivers, 1001 of boom or over (inc1 i.b. ) , hois �ach additional active drum over 2' drum" THE FOLLOWING CLASSIFICATIONS SKILL RECEIVE ( . 50) ABOVE GROUP 1 RATE: Tandem scoop operator; crane, rigs or http://frwebgate.access.L,-po.gov/egi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=M020030001 7/15/2004 wi-utt, vocument xemevai Page b of 30 piledrivers 150 ' to 200' o: )',00 (.itic:.! . JL. THE FOLLOWING CLAS I F'ICATI ON4' SHA1,1. R1:;'C:7 V{' ( l5 j ABOVE GROUP 1 RATE: Crane tins, or piledriver 1'00 it . of boom or over (including jib. ) _..--..------------------_-----__--------- r ENGIO101-005 03/01/2004 CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES Rat'0s Frinaes ' Power equipment operator-.: ' GROUP 1. . . . . . . . . . . . . . . . . . . . . ?c `,4 GROUP 2. . . . . . . . . . . . . . . . . . . . . 1'4 . 5 10. 1") GROUP 3. . . . . . . . . . . . . . . . . . . . .; 0 08 10. 17 GROUP 4 . . . . . . . . . . . . . . . . . . . . .< -?. 4 10. 1" POWER EQUIPMENT OPERATORS CLASSIF'ICA'I'1011" GROUP 1: Asphalt roller operator, i.r,:sh; asphalt pave.-.r arid spreader; asphalt plant operator; auto grader Ur trimmer or sub-grader; backhoe; blade operator (all types; , boiler -1'; booster pump on dredge; boring machine (truck or ^:rane< , mounted) ; bulldozer operator.; clamshell operator; concr •te cleaning decontamination machine operator: concrete mixer paver; concrete plant operator; :.oncret: pump opc•rato• ; crane operator; derrick or derrick trucks; ditchinc machine; draqline operator; dredge enain^n1an; dre.0ge 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; arr�aser; heavy equipment robotics operator/mechanic; horizontal directional drill operator; horizontal'. directi.ornal drill locator; loader-forklift - skid loader (all types) ; hoisting engineer (2- active drums) ; locomotive operator (standard guage) ; master environmental maintenance: mechanic; mechanics and welders (fi.eld and plants; ; mucking machine operator; piledrive operator; pitman crane• or boom truck (all types) ; push cat; quad-tra-:k; operators (all types) ; shovel operator; side dlsci,arae spreader; sideboom cats; skimmer scoop ope.ra;.c•::; sl4 forty, paver (CM1, REX, Gomaco or equal: ; la tourneai. .'voter (� tiller types) ; tow boat operator; ..:ruc): Crane'; U1.':. :ilgh perssure water;et cuttlna too_ system operates/mecnarl_' c; vacuum blasting machine operator/mc1 !.r,an1 c; P!','.)d an', i.C,O chippers (all types) GROUP 2: "P" Frame truck operator; ar_iculatE:d dumI7 truck; back filler operator; boile. s (1, ; chJ p drill operator; concrete mixer operator, concrete saws , corlvevcr operator; distributor operator; e.ic�vating gre,a�r op= atr• , farm tractor (all a=tachmen:s) ; .._.roman _::q; operator; form grader operator; hol" St..11",0 en0i)Ie maintenance operator; multipis compactor; paveme"n-. r..•."u Z,}: self-propelled hydra- hammer (or siniu.lar .:vpe, ; shield; paymill operator; pump:; siphon:' and cutting_ machine; tarn: car heater oDe.rat^ _ only ..r,a; .:.o:• boiler and booster) ; compressor; roller opera-,-or (wi; r: c: without blades) ; screening ana wasning plant_; http-.Hfrwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnanie=Davis-Bacon&doeid=MO20030001 7/15/2004 self-propelled street. broom or sweeper; straw blower; tarn: car heater operator (combination hoiier and booster) ; vibrating machine oper.ator (not, hand held) GROUP 3: Oiiers OP 4 : Oiler Driver (All Types) FOOTNOTE: HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE (;.25) ABOVE GROUP 1 RATE: Clamshells - 3 yd. capacity or over.; Crane:; or rig,, 80 ft . of boom or over (including jib) ; Dragli.nes, 3 yd. capacity or over; Piledrivers 80 ft . of boom or ovF!r (including ;jib) Shovels & bacl.hoes, 3 yd. capacity or over. ----------------- --------------•---------------------------------- ENG10101-022 05/01/2009 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADF., LALLF:S, DOUGLAS, GREENE, HICKORY, JASPER, L,ACLEDE, LAWRENCE, MCDONALG, NEWTON, OZARK, POLE, ST. CLAIR, STONE., TANEY, VERNON, WEL',STER ANC, WRIGHT COUNTIES and CITY OF SPRINGFIELD Rates Fringes Power equipment operators: 1 GROUP 1 . . . . . . . . . . . . . . . . . . . . .� 20.8 0 8.7 GROUP 2. .S 20.47 o.70 GROUP 3. . . . . . . . . . . . . . . . . . . . $ 20- 2'7 8. 70 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 18. 2 8 .70 f0ER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt finishing machine L trend; widening spreader; asphalt plant Cone:ole operator; autograder; automatic slipform paver; hackhoe; blade operator - all types; boat operator - tow; boiler -2; central rrli}: Concrete plant operator; clamshell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; drag-line operator; dredae boaster pump; dredge engineman; dre.dae operator: drill cat with. compressor mounted or, cat; drilling or boring mu Chine rotary self-propelled; highloade�r; hoisting enaine active drums; launch harnmer Wheel; iuCnmctive operator; - ' standard gunge; mechanic arid welder_, ; muc)arla machine; off-road trucks; piledriver operator; r.:tmar. crane operator; push Ca., operator; quad ..r ac; scoop operator all types; shovel operator; sidebaom cat sl'i.mmei scoop ' operators; trenching machine opera,.(-.1.,:; truc.i, sane•. GROUP 2: F:-fra(ne; asphalt hot-rn.:}: . 'lo; asp!-,F,2; p-an:. fireman (drum or boi.i.er. } ; asphalt p_.ari*. mar., asphalt piaz,t man; asphalt plant I,1:XE'_" operator; operator' back.fille2 operator; DarbGr -aree'r,e lc,ade: ; noat. operator (bridges and cams) ; chi(- spreader; concre-,e opt_i 'ator - ship loader, concrete plant opera--or; oor,Nrete pumr. operator; crusher operator ; dredor U lE'ri c' erator; fort: 1«t; Ql"EaSer-�1.eG rlC,1 :;t1Tla '.:I(Q1Ct - _; ocomotive. operator - narrow aauae; pavement breaker; powerbr.oom '" sei.f-pr opeii ed; power shield; rooter; side dlscharae Or1C 'C':E' L,rr clde:'; - :C I:C•'f(, http://frwebgate.access.gpo.gov/cgi-birigetdoc.egi?dbname=llaN,is-BaconB;docid=MO20030001 7/15/2004 WAIS Document Retrieval Page 8 of 30 finishing machine; stumpcutter machine,; t.hr.ottle man; tractor operator (over 50 h.p. ) ; winch tr.uc}:. GROUP 3: Boilers - 1; chip spreader (front man; ; churn drill operator; Clef plane operator; concrete saV; operator (SC'Ii- propelled) ; curb finishing machine; distrinutor ope.rat.or; finishing machine operator; flex plane. operator; float operator, form grader operator, pugm.411 operator; roller operator, other than high type asphalt; screening & washina plant operator; siphons & jets; sub-grading machine operator; spreader box operator, self-propell(--td (not. asphalt),; tank car heater operator (combination boiler & booster) ; tractor operator (50 h.p. or less) ; Ul.mac, Ulric or similar spreader; vibrating machine: operator, riot: rand; GROUP 4 : Grade checker; Oiler; Cliler-Driver HOURLY PREMIUMS: The following classi.f:.cations shall receive above- GROU! 1 rate: Clamshells - 3 yds. c. over; Cranes - Rias o.. P._edr.i.verS, 100 ft. of booth or over (including jib) ; nraglines - yds. or over; Hoi_ts - each additional. ZICLiVC. drum over 2 drums; Shovel - 3 yds . or over; The following classifications --hall receive tiC ahovc, GROUP 1 rate: Tandem scoop operator; Cranes - Rio_, or Piledrivers, 1SG ft . to 200 ft. of boom (including jib) ; Tandem svoorj. The following ciassificatior:s s:ha11 receive S . ?`_ above GROUP 1 rate: Cranes - Rigs or Piledrivers, ?00 ft. of boom or over (including jib. ) . + ENG10513-004 05/01;2004 FRANKLIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARREN C-OUN" IES Fates ';:._nye: Power equipment operators : GROUP I. . . . . . . . . . . . . . . . . . . . . � GROUP :. . . . . . . . . . . . . . . . . . . . . S 2 4 . _ GROUP 3. . . . . . . . . . . . . . . . . . . . .Ic 2. . 2.2 GROUF 4. . . . . . . . . . . . . . . . . . . . . , 21'C. 6G ].. . POWER E[iUIPMEN'T OPEF.ATORS �i�AS51FI�F. iU14S ' GROUP 1. Backhoe, .able; uac}:nog, Hyd-a ] _ _ _ cu vc� r)u::i:et. and under regardless o`_ attacnIn n-, one G.:L-*—r fGr C J, two oilers for 4 'zrilouat, 6; i Ed f:r10c , N C] cl;]_.] ove?. `.L' ' yds; Cableway; Crane., Crawler or Truck; ^:rarv:G, IiyCi2"ill.] _ Truch or Cruli.ser mounted, 16 tons and Over; C,-anFL., Locomotive; crane wl:.r, boom including J ii: 2V r:'. pin t0 pi.n; Crane usina socke- tUC,-, Derrick Car ar,c� Derric)- Boat; Graa:ine, 7 :7u yd,, and Over; Dredae; Gruda-1, Crawler or `.ire mountE'.e:; -.C�o011tT, iVE:, Steam o other powers; Z aE' r,.,- _r, L81?a or .C•U:YnG; •'•:r>Gi: , ' Skimmer; ShovE'1, Power iT'lec_ric, Gas, :,'4eam or ,.the- powers) ; Shovel, Power (i cu yds and over) ; Switch b,,at.; http://frwebo '7 ,' — 7 7/15/2004 �ate.access.gpo.gov/cgl-bm/getdi,c.egl.dbname=Day is-Baconc�.doc�d—MO_003UU01 YY/31V 1/VV4LL11411L 1WLL 1V 1441 Whirl.ey; Air 'Tugger with air. compressor; Anchor Placina Barge; Asphalt- Spreaker; Athe-.y Force Feedor Loader, self-propelled; Barkfilling Machitio; Boat. Operator - Push Boat or Tow Boat (job site) ; Boiler, High+ Pressure Brealcinq in Period; Boom Truck, Placing or Erecting; Boring Machine, Doting Foundation; Bul.lfloat; Cherry Picker; Combination '�; ncrete Hoist and Mixer (such as Mixermobi3e) ; Compressor, Two 125 CFM and under; Compressor. , Two through Four over 125 CFM; Compressor when operator runs throttle; Concret.F, Breaker (Truck or Tractor mounted) ; Concrete Pump (such as Pumper.ete machine) ; Concrete Saw (self-propelled) ; Concrete Spreader; Conveyor, Large (not se:lfprop(,!iled) 1;oi5tina or moving brick and concrete int&' or intc, and on floor Level., one or both; Crane, Cimbing (such as Linden) ; Crane, Hydraulic - Rough Terrain, self-propelled; Cranc:, Hydraulic - Truck or Cruiser mounted - under 1.6 torn:; Grilling machine - Self-powered, used for earth or roc): drilling ar boring (wagon drills and any hand drills, obt;airiinc power frorn other souc_es including concrete breahc.rs, 'jackhammers and Barco equipmnnt no enain:,er xequ.ired) ; El ev a-, i.nn Grader; Engine Mari, Dredge; Excavator or Powe•rbc:lt Maci.i.nc:; Finishing Machine, self- propelled ascillat.i.r,c ;creed; Forklift; Generators, Two ~.hrough S J0, 30 KW ():• ovetr ; Grader, Road with power blade; Greaser; Hiahlift; Concrete and Brick (Br:.c): cages or concrete skips, ope::aLinc or on tower, Towermobil.e, or similar equipment) ; Hoist, C s Hoist Stack; Hydra harnmal-; Three or more drums °_r, u�.,; , Lad-A-Vator, hoisting brie): or concrete; Loadinc_ Machine• such as Barber-Greene; Mechanic ore job site GROUP 2: kir Tugger with plant air; Boiler (for pov)+_.r or eating shell of building or temporary enclosures in onnection with construction work) ; Boiler, Temporary; Compressor, One over 125 CFM; Compressor, true): mounted; Conveyor, Large (not self- propelled) ; Conveyor, Large. (no"- self- propelled) moving brick and concrete (distributing) on floor level; Curb Finishing Machin_; Ditch Paving Machine; Elevator (outside) ; Endless Chair, Hoist.; F.Lr+emar. (as required) ; Form Grader; Hoist, One Drum regardless of size (except brick or concrete; ; Lad-A-Vator, other_ hoisting; Manlift; Mixer, Asphalt, over [! cu, i t :apa4 .ty; Mixer, one bag capacity or less; Mixer, witnout sl.dC. loader, two bag capacity or more; Mix°ter, wi tr. ride loack.-1 , regardless of size, not F-`aver; Mud Jack (where. mud 41a7i: Used in conjenction wit)-, an air compre-sscr, operaTur shell be paid $ . 55 per hour in addit.ion !:C: h-'.r. Cra.`: C' hour-' y ra c for covering both operations) ; Pug N. .:.,.1 c,} ` Sump self powered, automatic C C7r: .I'v_. ':C: OL P.' -,n Lift (use=d for hoisting) ; Skid ,.eer Street; Tractor, small wheel '_yp.c' 5L 11P �irid grader blade and similar equi.prr,en:.; We:ldir,7 over 400 amp; Winch, operating `rove GROUP 2: Boat operator - outb) Gard 1T,i:t: : , 'Ira, such as Con-Vay-It) re.gsrdle c,. nc>P: (inside) ; Heater operate):'., ._ hraugr. t'; ' GROUP 4 : Crane type &RLY PREMIUMS: Backhoe, Hydraulic 2 cu yds o: l,,s s wi ,.:,out Cer`.-fled Crane Opera�cr - :�0, ehttp://frwebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Iiacon&docid=M020030001 7/15/2004 WAIS Document Retrieval Pape 10 of 30 Certified Hazardous Material Operator Crane, climbing (such ae. Linden) .; . 50; Crane, Pile Driving and Extracting -- . 1i(, 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 hoi.ti.ng material and erecting steel (150 ft or more above around) - . 50; Dragline, 7 cu yds and over - $ . 50; Hoist, Three or more drums in use - ti . 50; Scoop, Tandem - $ .50; Shovel, Power - 7 cu yds and over - I . 50; Tractor, Tandem Crawler. - ; . 50; Tunnel, man assigned tc work in tunnel or tunnel shaft - ; . 50; Wrecking, when machines are working or, second floor or higher - S . 50 ENG10513-006 05/01/200; ADAIR, AUDRAIN, BOLLINGER, BOONE, BU'T'LER, C)yLLAWAY', -'APE: GIRARDEAU, CARTER, CLARK, COLE, CRAWF'ORD, DENT, DUT`ll•;Llly, ' GASCONADE, HOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARiES, MARION, MILLER, MISSISSIPPI, MONTTEAU, MONROE, MONTGOMERY, MORGAN, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLE'Y, -T. FRANCOIS, STE. GENEVI.EVE, SCHUYLER, SCOT,-,AND, SC7T".', SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES R ' c:,s Fringes Power equipment operators: GROUP 1 . . . . . . . . . . . . . . . . . . . . . ^ 2 4` 3. 77 GROUP 2. . . . . . . . . . . . . . . . . . . . 10 1� 7 GROUP 3. . . . . . . . . . . . . . . . . . . . .: 21 . 90 GROUP 4 . . . . . . . . . . . . . . . . . . . . .: 16 . ::5 3.-7 POWEf: EQUIPMENT OPERATORS CLAS SIFICATIONS GROUP 1: Asphalt finishing machine 6 tr�,ri 1, w.icienina spreader, asphalt plant cort,;ole C)perato: ; autcigr ader; automatic slipform paver; bath hoC:; k] ,adc. C,',C:rd.tor a.;. types; boat operator tow; bc)iie tvlo; nn Fa: plant operatoz; c-am sriell oC,era C Ur; CUJI'^.X('':e-' ITt.Y.0: P Vv•:'; crane operator; derricl: or deerri::i: machine; dozer operator; draq!_J cf C)pe n;. ... . Cl:.JC]Ci= Y,.) , .u pump; dredge onaineman; dredcle compressor mounted or. ca:.; dr 4 .J.ing_ C): L,G ",C rotary self-propelled; highlcader; r)o.: s; i r:a (-!Iloin(: Fact: V:- drums; launchhanner wheel; guaae; mechanic: and welders;; muci:ina operator; pitmar, cram. UT,?ra G: pu f _:a' UI.,r,r U guad-.:raz; scoop operator; s:.debonfli ^a'.. ^):li(lJi!!i.. operator; trenching mact,rrie• or..e:rator; Operator. GROUP A-Frame; aspha_` t hot-mix sli F::Jpi -'cll( r operator asphalt. plant :-_emar. (drum ax 1).Wl::r sspi,4it plant mar.; asphalt plant mif:e_ ope::.a*_or; operator; barber-areene loader'; bGF.i. 0r)e1'c:C?_ darits) ; chip spreader; concrete mixer opcErato_' si.ip lead°_r; http.Hfrweh ate.access. o. ►ovie gi-bin/ etdoc.c Ti?dbname=Davis-Bacon&docid=M 20 3 2 ' 1` bTP � b � �. O O.OQOI 7/1 S/�OQ4 91t&AW u+VVN1AAVAA�A 9 NI t N�.V ♦ t tJ J, ✓V concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork lift; grease fltret; hoisting engine one; locomotive operator narrow quage; multiple compactor; pavement breaker; powerbroom self-propelled; power shield; rooter; slip-form finishing chine; stumpcutter machine; side discharge concrete ' reader; 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; 22-3 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 maccine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator.; pugmil.l operator.; rifler operator other than high type asphalt; screening & washing plant operator; siphons & jets; subarading macki.ne operator; tan): car heater (combina,:ion boiler & booster) ; ulmac, ulric or similar spreader; vibrating maci,ine operator; hydrobroorr,. GROUP 4 : Oiler; grout machine; oiler driver; compressor over 105 CFM one; conveyor operator one; maintenance operator; pump 4" & over one. FOOTNOTE: HOURLY PREMI' MS Backhoe hydraulic, 2 cu. yds . or under Without oiler - $2.00 0 C' tified Crane Operator - $1 . 50; i.fied Hazardous Material Operator. $1 . 50; r ne, climbing (such as Linden) Crane, pile driving and extr.a� ti.ng - 50. 50; ' Crane, with boom (including jib) over 100' from pie, to pin add $C. 01 per foot to maximum o: $4 . 00; Crane, using rock socket tool - $0. 50; Derrick, diesel, gas or ic, hail ink material and erecting steel (150' or more abQvc! the ground] - $0. 50; Draqline, 7 cu. yds, and over - $0. 50; Hoist, three or more d-unts in use - $0. 50; Scoop, ;'andem - $0. 50; Shovel, power - 7 cu. yds. or mor: - Tractor, tandem crawler $0. 5C; Tunnel, mar; assigned tc. w,rl: i.r. �.unnr:l or tunnel. shat_ - r $0. 50; . Wrecking, when machine _E on second fl.00: or higher $0. 50; ----__---___--.----------------------------------------------------- � ENGI051�-U07 05/U1/20C�4 ' ST. LOUIS CITY AND COUNTY Power equipment. operators 4 GROUP 1 r, ?b C. iGROUP 2. . . . . . . . . . . . . . . . . . . . . : :?r,. 0 GROUP GROUP 4 . . . . . . . . . . . . . . . . . . . . . ;' : GROUP 5. . . . . . . . . . . . . . . . . . . . . n 6 k http-.//frwebgate.access.gpo.govicei-binig:etdoc.egi?dbname=Davis-Bacon&.docid-M020030001 7/15/2004 WAIS Docmnent Retrieval Page 12 of 30 POWER EQUIPMENT OPERATOR. CLASSIFICATIONS GROUP 1: Backhoe, cable or hydraulic; cableway; n..rane crawler or truck:; crane, hydraulic-truck: or cruiser mounted 1.6 tons & over; crane locomotive; derrick, steam; derrick: 0 car & derrick: boat-; draaline; dredge; gradall, crawler or tire mounted; locomotive, aas, steam 6 other powers; pile driver, land or floating; snoop, 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) ; backfillinq machine; backhoo�­loader; boat operator-push boat or tow boat (job, site) ; boiler, high pressure breaking in period; boom true):, pla,�i.nq or erecting; boring machine, footing foundation; bull- float; cherry picker; combination concrete hoist & miner (such as ■ .miv.er mobi.l.e) ; compressor (when operator runs throttle) ; concrete breaker (truck: or tractor mounted) ; concrete pump, such as pump-r_rete machine; concrete: saw (self-propelled) , concrete spreader; convevor, large (not self-propel.le:d) , hoisting or moving brick and concrete into, or into and or, floor level, one or both; crane, hydraulic-rough terrai.r., self-propelled; crane hydraulic-truck: or cruise:- mounted-under 16 tons; drilling machines, self-!.Dowered 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, sel.f-prcpelled oscillating s^reed; forklift; grader, road 01 with power blade; hiahlift . greaser; hoist, stack, hydro-hammer; loadina machine (such as barber-areene) ; machanic, on job site; mixer. , pipe wrapping machines; plant ' asphalt; plant, concrete producing or ready-mi.,: jQL, site; plant heating-job site; plant mi>:i.ng-jot site; plant power, generating-job site; pumps, two through si}: self-powered over 2"; pumps, electric submersible, twc through sir:, over 4 "; quad-track:; roller, asphalt, top or sub-grade; scoop, tractor drawn; spreader box; sub-grader; tie tamper; tractor-crawler, or wheel type w.itr. or witnou4 power unit, power take-offs and attachments regardless of size; trenching machine; tunnel boring machine; vi brat_nq Mac hi.rlF• automatic, automatic welding machines (aas0.:7ne or diesel) two throuah six; well drilling machine GROUP 3: Conveyor, large (not self-propelled) ; convevor, large (not self-pr.opellea) moving brlck: and concrete distributing) on floor level; miner two ci more mixers of one bao capacity or less; air tugger w/p: an: air, for power or heating on construction project bGiiF::, temporary; compressor (mounted or; tru:�11:; curr: __inisrlinc e machine; ditch paving macn.inr.; elevator; endless' c'r,ain hoist; form grader; hoist., one drun. r.eaardle°° of lad-a-vator; manli.ft; mixer, asphalt, ,ve: E. cu. ft . capacity, without side loader, _` Liac; capatz:i.ty or more; miser, with side loader, regardless. a.: r.::e:; pug mil- operator; pump, sump-self-powered, automatic contrc,ll.ea 0 over 2" during use in corinectior, wit'. vonstruc:.nor: sweeper, street; weidina machine, one Gver 4UC' amr,. ; win:,-r, operating from true):; scissor, lift (used for thoi stingi ; http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&,docid=M020030001 7/15/2004 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 (�P 5: Oiler on dredge and on trucl: 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 Crane, with boom (including jib) over 100' (from pin to pin) add S. 01 per foot to maximum of 4 .00 Crane, using rock socket tool . 50 Derrick, diesel, gas or electric, hoisting material and erecting steer. (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 assioned to worl: in tunnel or tunnel shaft . 50 Wrecking, when machine is working on second floor or higher .50 ----------- ----------- RON0010-012 09/01/2003 Rates Fringes Ironworkers: ANDREW, ATCHISON, BARTON, BATES, BENTON, CALDWEL•L, CAMDEN, CARROLL, CEDER CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, HOWARD, LACLEDE, LINN, LIVINGSTON, MERCEI-.1 MONITEAU, MORGAN, NODAWAY, PETTIS, POLK, PUTNAM, ' RANDOLPH, ST. CLAIR, SALINE, SULLIVAN, TANEY, VERNON, WEBSTER, WRIGHT and WORTH Counties; and portions of ADAIR, BOONE, MACON, MILLEP., and RANDOLPH Counties. . . . . . . . . . ., 2 . 10 1... 7' ' BUCHANAN, CACS, CLAY, JACKSON, JOHNSON, LAFAYETTE. PLATTE AND RA� -Y Counties . t 24 . 10 ' * 2 1�i31i20CI?---___-.__.._______.._---------,----_-__-___ IRONO3'_].-00 http://frwebgate.access.gpo.gov/cgi-bin/gctdoc.cgi?dbname=Davis-Bacon&docid=MQ?0030001 7/15/2004 WAIS Document Retrieval Page 14 of 30 DOUGLAS, HOWELL and OZARK COUNTIES Pates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . .; I8 . 00 6.06 ------------------------- __--______ __--- ---------------------- " IRON0396-004 07/31/2002 ST, LOUIS (City and County) , ST. CHARLES, JEFFERSON, IRON, FRANKLIN, LINCOLN, WARREN, WASHINGTON, ST, FRANCOIS, S'IE. GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, PERRY, BOLLINGER, WAYNE, and CAR'T'ER Counties Ratet Fringes , Ironworker. . . . . . . . . . . . . . . . . . . . .5 -16. 54 11 . 7; --------•-------------------------------------•-------------------- * IRON0396-009 08/01/2003 AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE:, MARIES, MONTGOMERY, OSAGE, PHELPS, PIKS, PULASKI, TE};AS, at,d WRIGHT Counties; and portion: of CAMDEN, DOUGLAS, HOWELL, MILLEP,, OREGON, BOOM;, SHANNON, LACLEDE, MONROE, arid RALLS Counties Rata;. Fri-naes Ironworker. . . . . . . . . . . . . . . . . . . . .$ 21 . 87 13. 00 -------------------------------------------•-------------- -- -- - * IRON0577-005 06/01/2002 ADAIR, CLARK, KNOX, LEWIS, MACON, MARION, MONPOE, FALLS, • , SCHUYLER, SCOTLAND, AND SHELBY COUNTIES Rates Fringe Ironworker. . . . . . . . . . . . . . . . . . . . .; 2U. 8 4. 1n * IRON0584-004 06/01/2003 BARRY, JASPER, LAWRENCE, MCDONALD, NEWTON AIJP ST,-)NE Counties Rat e r'rirnges, Ironworkers: . . . . . . . . . . . . . . . . . . . . 9C! 8. 47 ----------------------------------•-----•--•--..---------------- IR0140782-003 01/01/200 CAPE GIRARDEAU, MISSISSIPPI, NEW Mt;DF:Ir, SCOTT, t, ;"'I'GDDARD Counties; and portions of BOLLINGER, BUTLEF., CA.R".U., DUNKLIN, ' MADISON, PEMISCOT, PERRY, PI.PLE Y, and WAYNE Cuur,::ie:' Ironworkers: e All Major River Work (Dams, bridge::) : Prc)jests $20 millior; or mor:.•. . . . . U. All Other Wor i.. . . . . . . . . . . . . . ; 4 . PE c,.7 - - - -________..____.-•---- • LABOOU4:-00.% 031O:i;,OQ •-___-_ __,.._____ ST. LOUIS (City and County) http://frwebgate,access.gpo.gov/cgi-bin/getdoc.egi?dbriame=Davis-Bacon&docid-M020030001 7/15/2004 Rater Fringes Laborers: Plumber Laborers. .$ 23. 91 7.43 800092-005-03/03/200-----_-----------------------------•-__-- ST. LOUIS (City and County) Rates Fringes Laborers: Dynamiter, lowderman— . . . 5 29 . 21 7. 43 .Laborers, Flagperson. . .$ 23. 76 7. 43 Wrecking . . . . . . . . . . . . . . . . .$ 23. 66 7. 43 * LAB00929-002 05/01/2003 Fracas Frinaes 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, RALLS, RF:NDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WASHINGTON, AND WAY14E COUNTIES GROUP I . . . . . . . . . . . . . . . . . . . .$ 20. 33 1 . 03 GROUP 2. 20. 9:_ 7 . 03 FRANKLIN COUNT"' GROUP 1. " 21 77 7 . 03 GROUP :'. . . . . . . . . . . . . . . . . . . .:' 22 . 37 JEFFERSON COUNTY GROUP I . . . . . . . . . . . . . . . . . . . 21 . R.: '] . 03 GROUP 2. 42 ? . 0.) LINCOLN, MONTGOMERY Al1E, WARREN COUNTIES GROUP 1. $ 20. c,7 i . 0 GROUP M'1 . 11 i . 03 LABORERS CLASSIFICATION'S psp R OUP 1 - General laborer-fl.amn&n, carpentex renders; alamander Tenders; Dump l;ar.; 'paj-.ers; iaadi.nn undei bins, hopper.:,, and conveyors; t'rac): nian; chme:nr. handler; dump man on earth fill; georaa.e- bugaic- man; http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbnanie=Davis-Bacon&docid=M020030001 7/15/2004 WAIS Document Retrieval Page 16 of 30 material. batch hopper man; spreader or, asphalt machine; material mixer man (except on manholes) ; coffer dams; riprap pavers rock, block or brick; scaffolds over ter, faFt not self-supported from ground up; skip man on concrete paving; wire mesh setters on concrete paving; all war): in connection with sewer, water, gas, gasuling, oil, drainage pipe, conduit pipe, tile and duct li.nez; and all other pipe lines; power tool operator; all wQrl: in connection with hydraulic or general dredging operations; form setters, puddlers (paving only) ; straw blower noc::.leman; asphalt. ' plant platform man; chuck tender; crusher feeder; mein handling creosote ties or creosote materials; men working with and handling epoxy material.; topper of standing A:.re(-!r.; feeder man on wood pulverizers, beard and willow mat. weavers and cabelee tiers on river work; dear rands; pi.1.c! dike and revetment work; all. Laborers working an underground tunnels less than 25 ft. where compressed a; --- is not used; abutement and pier holey mer: worki.rng si;: (n ft . or more below ground; mer, working in coffer gams for brioge piers and footing in the river; harcc' tamper; jackson or any other similar tamp; cutting tcrM mar:; liners, curb, gutters, ditch Ii.nes; ho-: rna_, i; hot tar applicator; hand blade operator; mortar mer, or brick or block manhole-,; rubbing concrete, alr tool operator under 65 lbs. ; caulker and lead man; chair. or concrete saw under 15 h.p. ; s.igna'- Gan; Guard rail and sign erectors. GROUP 2 - Skilled laborers - Vibrator man; asphalt raker; head pipe layer on sewe., work; batterboard man on pipe and ditch work; cliff scalers wort:ing from bosun' s chairs; scaffolds or platforms on dams or power plan*.:s over 10 ft . i high; air tool operator over 65 lbs. ; strinaline mar, on concrete paving; sandblast man; laser beam mar,; wagon drill; churn drill; air track drill and all other- sim:lap type drills, gunite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 h.p. Lnd o,aer ; grade checker; strigline man on electronic grad:- control; manhc;le builder; dynamite man; powder man; welder; tunnel Mari; waterblaster -- 1000 ps.' or over; asbestos and/or hazardouL waste removal and/or disposal ---------------------------------------____-------------------- LABOO579-005 05/01/2009 R.%t<< F, r,aeF Laborers: (ANDREW, ATCF::SOH BARRY, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHRISTIAN, CLINTON, DADE, DALLAS, DAVIESS, DEKALE, DOUGLAS, GREENE, GENTRY, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, JASPER, JOHNSON, LACLEDE., LAWRENCE, LIVINGSTON, MCDONALD, MER:E;F,, ' MORGAN, NEWTOI,:, NODAWF.Y, OZARE, PETTI S, POLK, :T. • CLAIR, SALINE, STONE, TAKE`_', VERNON, WEBSTEE, WORTF, AIK WRIGHT COUNTIES . ) GROUP 1. . . . . . . . . . . . . . . . . . . . . ` X7 . 6 http://frwebgate.access.gpo.gov/cgi-bin/get:doc.cgi?dbname=Davis-Bacon&doei d=M020030001 7/15/20041 aGROUP 2 . . . . . . . . . . . . . . . . .$ 18 7. Laborers: (BUCHANAN AND .LAFAYETTE COUNTIES) GROUP 1 . . . . . . . . . . . . . . . . . . . . .Y 1.9: 1 �� 7. 9�i GROUP 2 . $ 1u 54 uc{ ORERS CLASSIFICATIONS GROUP 1: General Laborers Carpenter tenders; salamander tenders; loading trucks under bins; hoppers 6 conveyors; track men & all other aeneral laborers; air tool operator.; cement handler-bull: or sac):; dump man on earth _fill; georgie buggie man; material batch hopper man; material mixer man (except on manholes) ; cotter dams; riprap pavers - rack, block or brick; signal man; scaffolds over ten feet not self-supported from ground up; s)-ipman or, concrete paving; wire mesh setters or, concrete paving; all work in connection with sewer, water, gas, gasoline, oil drainage pipe, conduit pipe, tale and duct lines and all. other pipe lines; power tool operator, all wor): in connecti.on with hydraulic or general dredging operations; puddl,irs (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder. ; men handling creosote tie:: 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 mar, or, wood pulverizers; board and willow mat weavers and cable tiers on river work; deck hands; File dike: and revetment work; all laborers working on underground tunnels le;:s thar, 25 feet where compressed air is riot used; abutment and p-der hole men working six (6) t.eet or more below ground; met; rking in coffer dams for bridge piers and footings in the fiver; ditchliners; pressure groutmen; caulker. ; chair, or concrete saw; cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or power plants over (11) feet above ground; mortarmen on brick or block manholes; tc'xic and hazardous waste work. GROUP 2: Skilled Laborer, Hs-ad pipe Payer on sewer work; laser beam man; Jac):son or any other similar tamp; cutting torch man; form setters; liners and stringline men on concrete paving, curb, autters; hot mastiz kettl.eman; hot tar applicator; sandblastino arid aunite r,ozzlemern; air tool operator in tunnels; screed mar, on asphalt macr'.irie; asphal-, raker; barco tamper; churn drills; air and all similar drills; vibrator mar,; string ine mar, for E..le:':tro%2 grade control; manhole builders-bri^): o; bloc):; dynrmite and powder met,; grads checker. ------------------------------- { LABOU660-UUf> _' ST, CHARLES COUNT' l,ab : GROUP - ROUF 1 . r ?^, t;G i . 1G GROUP -. . . . . . . . . . . . . . . . . . . . . .c _ . '_SA 7 . 10 ' LABORERS CLASSIFICAMONS' http://fi-webgate.access.gpo.gov/cgi-bin/�!etdoe.c�,i?dbname==Davis-Bacon&docid=M020030001 7/15/2004 WAIS Document Retrieval Page 18 of 30 GROUP 1: General laborer; carpenter tetlger; :salamandcar tender; dump man, tickel, takers; f l acm,arl; 1 Uadi ng under bins, hoppers, and conveyors; track m(r1;; Cement handler; dump man on eartl-, fill; Gecr.gie bugaie rnan; material batch hopper man; spreader or, asphalt machine; material mixer mar, (except on manholes) ; coffer dams; riprap paver rock., bloc):, or brick; signal marl; scraf i c•l.ds over 10 ft not self--supported from ar.-nund up; s):ipman or: concrete paving; wire mech setters on concrete paving; al_' work: in connection with sewer, water, oaS, as cline' oi.l, drainage pipe, conduit pipe, the and dur_t ?roes and all other pipe Lines; power tool. op,tarator; all wor): .i.r, connection with hydraulic or generaa dredoina ope:ratic)ris; form setters; puddiers (paving only) ; straw h3 ower nozzleman; asphalt plant platform man; chuc) tender; crusher feeder; tries handli.nc7 r;rausate tiec: or materials; men wor):irlc with arid handling epoxy mat:eri ;,.l.; topper of standing tree-' ; f e eaer mean orI wo`,d board and willow mat weavers and cable trey; oi. :ivc.: work; deck: hands; pile: dike and reve>t:ment work; workina on underaround tunnels than .'` it where compressed alt is not used; abut.inenr and pier hc,l e im-!,, working 6 ft or more below around; mer. wc,r):: na dams for bridge piers and foatinas in the rive::; N;.Ir cc tamper, Jac)-.son o:• any other sinli l a:- Lamy;; %ut t.ing r.,rct man; liners, curt;, gutters, ditchl..ir,err; hot. kettleman; hot tar applicator; hand blade, rnc­*, ar men on brick or block: manhole_, ; rubbing con:•ret�•; air too' operator under 6E, pounds; caulker and lead mar:; under 15 hp; guard rail arid Sias, e:r(_c:_ors GROUP 2: Vibrator mar„ asphalt raker, nand pipe lay­_­ a)n sewer work; batterboard mar, or, nip( and di-ch we)r-):; i': scalers working frog, Bosun' s chairs, scaffolds or pl.a-_f,nrrne on dams or power plants over 10 ft high; air t OG OUF r at.C�:: over 65 pounds;strinaline man on concrete paving c-t ; sar)d ' blast Jnan; laser beam mar.; wagor. drill ; churn ur i 11 , a track: dri11 and all other s-nilar type drill -7unnite nozzle man; pressure arout man; screed mar, or, asphalt,; concrete saw 15 hp and over; grade the ekes; str inal inE- Inar, on electronic grade control; manholir buildE:r; dynamitc- Isar,; powder man; welder; tonne 1 man; waterblaste.- - 100(i and over; asbestos and/or hazardous w;rs_E rernc'vc_' Far,cl Or disposal; --------------------------------•----------•--•-----_....------------- - w LABO066 i-00 ' 04/01 /2005 CASS, CLAW, JACE-SON, PLATTE ANE, RF.`i COUNTIE'- R a:e., _:i r-Ig Laborers. GROUT' i . . . . . . . . . . . . . . . . . . . . . E GROUT' :.. . . . . . . . . . . . . . . . . . . . . .2 2� LABORERS CLAS S I FI CAT 10;v GROUP 1 Genera_ _abor-erE tenders, l.oadirla trUC):S under bins, tract: men arid, a l otne:: ae.ne:ra operator, cement handy: ()-uIi) or sa.i:, :hrxI,i Dr)aret.,. , saw, de_); hands, dump mar, 0 1 t:a.,: 1. _..._�, l•GGr]lE til]a'7] t: http://frwebgate.access.gpo.gov/cgi-bin/geidoe.egi?dbnamc=Davis-Iiacon&.docid=N4020030001 7/15/2004 tt I►LU LVV�aWVL� i\VLL�v�NI - ..U,- .,. .,� .. . man, material batch hopper mar„ s::ale man, material mixer man (except on manholes) , cof tear dams, abutment: arid p.l er hole men working below ground, riprap paver: rock, black or brick, signal. man, scaffol.ds over ten fee*, not self-supported from ground up, skipman or; concrete paving, re mesh setters on concrete raving, all work in ranection with sewer, water, gas, gasol.ing, oil., drainage pipe, conduit pipe, the arid duct lines and all other pipelines, power. 'tool operator., all work in connc.cti.or, with hydraulic or general dredging operation:, straw blower nozzleman,asphalt plant platform man, chuc): tender, crusher feeder, men handling . creosote ties or, c.r.esosot.e materials, men working with and handling epoxy material or materials (where special protection is required) , toppv:' of standing trees, batter board man on pipe and ditch work, feeder man on wood pulverizers, board and wialow mat weavers and cable- tiers on river work, deck hands, pile dike and revetment. work, all laborers working on underground tunnels less t:har, 25 feet where compressed air is not used, abutment and pier hole men working six (b) fee'- or more below clrour,d, men working in coffer dams for bridge piers and fovting; in th, ! river, ditchl.iners, pressure groutmen, caulker" and chain or concrete saw, cl.iffsaale!rs wo..king from scaff.c,ldz;, bosuns, chairs or platforms on darns or power plant;; over (10,, feet above around, Inortarmen on br' cl: c. bloc}: mannole.s, sigr'a ® man. GROUP 2. Skilled Laborer - spreader or screed mar, car, asphalt machine, a.>phalt raker, arcade checker, vi.bra;.or man, concrete saw over 5 hp. , laser beam man, barco tamper, jackson or any other similar tamp, wagon driller, churn W_rills, air track drills and other similar lls, cu_ting r.orch man, form setters, liners and strinaline nven on W_ paving, curb, Gutters and etc. , }-,ot mastic kettleman, hot tar applicator, hand blade operates::, mortar ' men on brick or block manholes, sand biastina and gunni.te nozzle men, rubbing concrete, a.'" tool operate; .r: tulln'a3.s, head pipe layer on sewer wor):, manhole builder (rick :)r block) , dynamite and powder rrren. --------------------•---------_--._----------------•-------------------- * PAIN0002-002 05/01/2003 CLARK, FRANKLIN, JEFFERSON, LEWIS, M;%RION, PIKE, RALLS, ST. CHARIXS, ST. LOU I. (':ITY a CO'JI"T"') , ANI:' WARREN COUNTIES Painters: ' Brush. . . . . . . . . . . . . . . . . . . . . . . • c.- y f G Spr a 5. t. C: " PAIN0002-006 02/01./200? ADAIR, AUDRAIN, BOONE, CALLAY7t Y, CF11:i.I'I'U;(, -'DLE, HOWARD, YNOK, LINN, MACON, MONROE, M01'T30MEiZ':, USh ;i✓, i'h'."I�AI:, ' RANDOLPH, SCHUY:,EF., SCOTLANL, SHELBY AN[, SUL,'i.1VA1, CUUNTIE` anc the City of Boonet'i11e_ Ra'.e - -.r,ae ' Painters: http-.Hfrwebgate.access.gpo.f:ov/cgi-bin/getdoe.cUi?dbnanie=Davis-Bacon&doeid=M020030001 7/15/2004 W.W.I S Document Retrieval Page 20 of 30 Bridges, Dams, Locks or r Powerhouscs. . . . . . . . . . . . . . . . . °. 20.44 Brunl-,, kollet, ' Paperhanger, Taper::. . . . . . . . .S 18 . 44 Sandblasting; Epoxy or Any Two Part Coating; Stage or Other Aerial Work Platforms Over 50 at. high; Lead Abatement:. . . . . . . . . . . . . .S 19. 44 5. 7 Spray; Water Base Epoxy; Stage Under 50 ft . ; Structural Steel (except for stairs and railinc_as) . . . .S 16 . 94 5. Tapers using Ames or comparable tools (banooks, etc. ) . . . . . . . . . . . . . . . . . . . . . . . ' 1.8. 6 5. 3 --------------------------------.--------------------------------- PAIN0003-004 04/0112000 BATES, BENTON, CALDWELL, CARROLL, LASS, CLAY, C1,INTON, COOPER, DAVIESS, GRUNDY, HARRISON, HENRY, JACKSOb,, JOHNSON, LIJA 1'ETTI:, LIVINGSTON, MERCER, MONITEAU, MORGAN, PETTI:;, PLATTE, KA.Y AM, SALINE COUNTIES Rat.C. F'rinaer Painters: Bazooka; Paperhanger. . . . . . . .$ 22. 60 6. 01 Brush & Roller; Taper. . . . . . .,, . 10 r;. 0; Lead Abatement; Spra-man. . . .; 2". 10 i,. 01 Sandblast (Bridge, Stage, Erected Steel arid Storage Bin and Tanks) . . . . . . . . . . . . . .; 2 . 60 6.01 Sprayman (Storage Bin & Tanks, Elevated Tanks) ; Stageman (Spray) ; Bridgeman (Spray; ; Stee'_mar, (Spray) . . . . . . . . . . . . . . . . . . . . ., _ . 85 Steeplejack - Spray or Sandblast (other than Elevated Tanks) . . . . . . . . . . . . . : _-7 . 79 6.0l Steeplejac?: (other. than Elevated Tanks) . . . . . . . . . . . . . 2r . 7t+ 6. 0i Storaqe Eir, & Tank (Roller. or Brush) ; Elevated Tanks (Roller or Brush) ; Staaemari; Beltcnan; Bridgeman; Steelman; Sane: Blast (base) ; Elevator ShaF eL ---------------------------------------------.-------------------- 0 PAII40098-002 05/01/2000 ANDREW, ATCHISON, P,UCHANAN, DE I:�-.A,;, GE'UTPY, NODAWAY a WORTH COUNTIES e:s ..:iafi.- Painters: ' Brush & Ra-.1er. . . . . . . . . . . . . . f 2G. 4,C. 4(. Sandblasters. . . . . . . . . . . . . . . . ; 2- . 4 .4C, -----5?eepi----------------------------�C-.-----------_--- -..----- PAIN020:-001 04/01/200:' http://frwebgate.access.gpo.gov/e�cyi-bin/geldoe.cgi?dbname=Davis-Bacon docid=MO20030001 7/15/2004 Vtt-110 1JV4.LLlllVl1l AWLL 11.Val 1 Rir'b:.l Vl -IV BARRY, BARTON, CEDAR, CHRISTIAN, DADE., DALLAS, DOUGLAS, GREENE, HICKORY, HOWELL, JASPER, LAWRENCE, MCDONALD, NEWTON, OZARK, POLE, ST. CLAIR, STONE, TANEY, VERNON, WEBSTEI. and WRIGHT COUNTIES ofRates Fringes Painters: Painters. . . . . . . . . . . . . . . . . . . .$ 37 . 58 4 .89 Sandblasters & Highman (over 40' ) . .$ 18 . 13 4 .89 Tapers. . . . . . . . . . . . . . . . . . . . . .$ 17 . 67 4 . 5' ---------------------------------------------------------------- * PAIN3.265-003 07/01/2003 CAMDEN, CRAWFORD, DENT, LACLEDE, MARIES, MILLER, PHELPS, PULASKI AND TEXAS COUNTIES Rates Fringes Painters: Brush and Roller, Spray. . . . .$ 18.04 7 .87 Brush and Roller. . . . . ... . . . . . .$ 18.75 8 . 1:_' Lead Abatement. . . . . . . . . . . . . . . . . . •$ 21 . 04 8; 12 Spray. $ 19.29 8 i2 Structural Steel, Sandblasting and all Tan); Work. . . . . . . . . . . . . . . . . . . . . . . .$ 3.9.:'.9 7 . 67 Structural Steel, Sandblasting arid All Tank -Work---------------- ------- 5-20_U4--- -------__F;-l�------- *-PAIN1292-002 07/01/2001 eBOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, REYNOLDS, RIPLEY, SCOTT, SHANNON, S f'ODDARD and WAYNE COUNTIES Rates Fri rnges, Painters: Bridges, Stacks & Tanks . . . . . ; . 89 5. 97 Comme.rcia.l. $ " 5. 44 5. 97 Industrial. . . . . . . . . . . . . . . . . .4 17 . 94 5. 97 Spray & Abrasive Blasti.ng. . .. :7 . 44 ... r',7 Taper (Tools) . 5 ` , 169 Waterblasting. . . . . . . . . . . . . . .r' 7. 44 Gi Height Rates (A:1 Areas) : Over 60 ft. $0.50 per hour . Under 60 ft. $0.25 per hour . PAIN1292-003 07/01/2001 -----------•---------------------•--------------------•---- -_ _____ * IRON, MADISON, ST. FRANCOIS, STE. GEIIEi'IEVE ;Ind WASHINGTON COUNTIES 0 E:atC.,s rririae�: ' Painters: Bridges, Stacks & ':an):s . . . . .$ 22. 8S. 97 http://frwebgate.access,gpo.gov/egi-bin/&!eidoc.cgi?dbnfsme=Davis=8acon&docid=M020030001 7/15/2004 WAIS Document Retrieval Page 22 of 30 Commercial . . . . . . . . . . . . . . . . . .$ 1'1 . x,9 5. 97 Industrial . . . . . . . . . . . . . . . . . .$ 16 . 54 5. 91 Lead Abatement. . . . . . . . . . . . . .$ 18 .29 5. 97 Spray & Abrasive Blasting. . .$ 19. 54 5. 97 Tapers (Tools) . . . . . . . . . . . . . .$ 17 -79 5. 97 Waterblasting. . . . . . . . . . . . . . .$ 2.9. 5 4 5. 91 Height Rates (All Areas) : Over 60 ft. $0. 50 per hour. Under 60 ft. $0.25 per hour. ------------------------------------------------------------------- PLAS0518-006 04/01/2002 BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARF,, POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES katC'F Fringes Cement Masons: . . . . . . . . . . . . . . . . ...;; a'� . 37, ------------------------------------------------------------------ " PLAS0526-007 03/22/21004 CASS (Richards-Gebaur AFP only) , CLAY, JACKSON, PLATTE AND RAY COUNTIES . I Rates n a et Cement Masons : . . . . . . . . . . . . . . . . .$ 21.25 11 . 4r, ------------------------------------------------------------------- * PLAS0516-011 05/01/2001 ANDREW, ATCHISON, BUCHANAN, BATES, CALDWELL, CARI'110LL, CAS^ (Except Richards-Gebaur AFB) CLINTON, DAVIES-S, DU{A0,5, GENTRY" GRUNDY, HARRISON, HOLT, JACKSON, LAFAYE77E, MACx'., MERCER, NODAWAY AND WORTH COUNTIES Rates _ tlg�t. ' Cement Masons ; . . . . . . . . . . . . . . . . . ..:, ....,. 1' ------------------------------------------------------------------ PLAS0527-003 05/0:/200;. 1•,"at e S 1-111 a r!F Cement Mason--: FRANKLIN, LINCOLN, ANC- WARREN COUNTIES. . . . . . . . . . . . . .1` 2 E . C i JEFFERSON, ST. CHARLES COUNTIES AND ST. LOUIE' (Cii:y and Caunr.y) . . . . . . . . . . . 9.3i. PLASOF,27-004 05,,()1/'20C)_'-' CRAWFORD, DENT, 1R01-., MAD-ISOI�, M-'-%t`A01,:, PHEA-111,2, FIINE, RALLS, REYNOLDS, ST. FRAN=.S, STL, GENEVIEVE, SH;d'INON' 7'E::?:�', ' WASHINGTON COUNT'I'ES Ra s CementMason. . . . . . . . . . . . . . . 2 E, ----------------------- ----------------------------- http://frwebgate.access.gpo.gov/cgi-biTVgeidoc.cgi?clbname=Davis-Bacon&docid=M020030001 7/15/2004 Wrua 1JUCUMMIL r.culuveu * PLAS0906-001 05/01/2002 BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTEk, DONKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, RIPLEY, SCOTT, STODDP_RD, AND WAYNE COUNTIES Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . .$ 17.40 8. 95 * PLAS0908-005 03/01/2002 BENTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKOPY, JOHNSON, MARIES, MILLER„ MONTGOMERY, MORGAN, OSAGE, PETTIS, SALINE & ST. CLAIR COUNTIES Rat Fringe , CementMasan1?_81 -------------------------------------- _..---------I __.---------- PLUM0008-003 06/01/2003 kater Fr]ric;es P1umbe BATES, BENTON, CARROLL, HENRY, LAFAYETTE, MORGAN , PETTIS,R.AY, ST.CLAIR,,SPLINE and VERNO( COUNTIES. . $ 26- 00 11 . 61 CASS, CLAY, JACKSON, JOHNSON and PLATTE COUNTIES .$ 28 . 8' 13. 22 -----------------------------------------------------,-------- * PLUMD035-002 01/01/2000 CAMDEN, COLE, CRAWFORD, FRANIiLIiv, JEFFERSON, MARIES, I,:ILLEF, MONITEAU, OSAGE, PHELPS, PULASKI, ST, CHARLES, ST. LOUIS (city and County) , WARREN and WASHINGTON �OUNTIES Rater, rinse: Plumber. . . . . . . . . . . . . . . . . . . . . . . . °. 6. 1.05 9.74 * PLUM0045-003 09/01/200` ANDREW, ATCHISON, PUCHANAE, C ALDWE:j;,, ' GENTRY, HARRISON, HOLT, iJOI)AWA'i ANG WDR T H "OUN`:'I I;S Rat. Fr..r qa-'s --Plumbers-and-E�it�efi'tF=`-. . . . . . . --: 28 —:0 PLUM0276-003 11/0* f/2001 BARRY, CEDAR, CHRISTIAN, DARE, D,,' LAS, U.)UGLA"" GRF.EL, HICKORY, LACLEDE, LAWRENCE, ".'za,'E.', PIEBSTCF:, AHL, WRIGHT COUNTIES kat�,, F ri.riac:: Plumbers and PiF,e,tittar . . . . . . . * PLUM031;-002 ' http://frwebgate.access.gpo.gov/ca i-binigeldoc.cgi?dbnanie=llavis-T3ucon&docid=MO20030001 7/15/2004 WAIS Doc=ent Retrieval Page 24 of 30 t BOONE, CALLAWAY, COOPER, HOWARD, AND RANDOLPH COUNTY (Southern half) Rates Fringes Plumbers and Pipefitters. . . . . . .$ 19. 18 3. 171 * PLUM0533-004 06/01/2102 BATES, BENTON, CARROLL, CASS, CLAY, HENRY, HICKORY, JACKSON, ' JOHNSON, LAFAYETTE, MORGIAN, PFTTIS, PLATTE, RAY, SALINE, ST. CLARK AND VERNON COUNTIES Pates Fringes -------fitter_____________________-,--------------•__--------------- * PLUM0562-004 07/01/2002 ADAIR, AUDRAIN, BOLLINGER, BOONE, SUTLER, CALLAWAY, C)V1DI N, ::APE GIRARDEAU,CARTER, CHARITON, CLARE, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, FRANI;LIN, GASCONADE, GRCINDY, HOWARD, HOWELL,, IRON, JEFFERSON, KNOX, LEW S, LINCOLN, LIMN, LIVINGSTON, MAcON, MADISON, MARIES, MARION, MERCER, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, NEW MADRID, OREGON, OSAGE, PEMLSCOTT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, STE. GENEVIEVE, SZ'. LOUIS, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WARREN, WASH 1 NGTON, AND WAYNE COUNTIES. Rates Fringes Pipefitter. . . . . . . . . . . . . . . . . . . . . 5 26 .75 12. Or ----------------------------------------------------•------------- " PLUM0656-002 07/01/1996 BARTON, JASPER, MC-DONALD, AND NEWTON COUNTIES I<ateS Fririaes Plumbers and Pipefi*--tern . . . . . . . ' 1,C.7:, 5. { ------------------------•---------- ---•------•----------•-------------- * TEAM0013-001 05/01/2002 F'uC�.E ? :iI1UGE Truck drivers: ADAIR, PU':LER, C;.,ARI;, DUNKIN, HOWELL, KNO}:, LEWIS, OREGON, PUTNAM? RIPLEY, SCHUYLER, AND SCOTLAND COUNTIEF GROUP 1 . . . . . . . . . . . . . . . . . . . . ; . 7 . 0 GROUP 2. . . . . . . . . . . . . . . . . . . . r' 21 . ": _ . 5C GROUP 3. . . . . . . . . . . . . . . . . . . . . 21 q4 GROUF 4 . . . . . . . . . . . . . . . . . . . . " -_ . C�r AUDRAIN, BOL1 TNC�EI;, BCK)j1 ,, CALLAWAY, CAPE GIRARDEAU, CARTER, COLE, CRAWFORD, ' DENT, GASCONADE, IRON., MACON, MADISON, MAF,1 EF,, MARION, MILLER, http;//frwebgate.access,gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/15/2004 , tr I-LLLJ ALV►L Av 9 u MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID, OSAGE, PEMISC.OT, PERRY, PHELPS, PIKE, PULASKII, PALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAY14E COUNTIES ' GROUP 1. . . . . . . . . . . . . . . . . . . . 5 2 '. , 50 52 x. GROUP 2. . ; 2'' 68 5.50 GROUP' 3. . . . . . . . . . . . . . . . . . . . ; 22 . 07 E). 50 GROUP 1 . . . . . . . . . . . . . . . . . . . .$ 22. 71 5. `,U TRUCK DRIVERS CLASSIFICATIONS: GROUP I : Flat Bed 'T'rucks, Single Axle; Station Wagons; Pickup Trucks; Material Truck--, Sinc7.le Axle; Tani: Wacron, Single As:l e. GROUP 2: Agitator and Transit Mix Tr.uckr GROUP Flat bed Truchn, 'T'andc'm Axle, Ftt i _ul�atc c.i L1l]IIIT.} Trucks; Material Trucks, Tandem Ax],�!; Tar,l: Waaor,, Tand�.rr Axle GROUP 4 : Semi. and/or Pole. Fork 1. Trucks; Distributaz Drivel and Oporator:; Tarli: W�,nan, Semi-Trailor; Insley Wagons, E�umpsr.c r::, H�.il1-7'r;,cl:s, Speedace, EucIA-ds and other similar equipment; t:-Frame and �rr.rich_Tru^l:sr _rac,at-o?-_L���'-��Oy____._..._.._______._.------_______- * TEAM0056-001 05/01/2002 katec: Fringes Truck drivers: ANDREW, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, D"LAS, DAVIESS, DEKALB, DOUGLt. , GREENE, HENRY, HICKORY, ' HOWARD, JASPER, LACLEDE, LAWRENCE, LINN, LIVINGS'T'ON, MONITEAU, MORGAN, NEWTON, PETT7 S, POLK, RANDOLPH, ST Cldd T.R, SALINE, VERNON, WEBSTER, AND WRIGHT CCUN'."IES GROUT, 2 ::4 F- cc. GROUP 5. . . . . . . . . . . . . . . . . . . . : GROUP A . . . . . . . . . . . . . . . . . . . . , _ . 9c, `,. `(: ' GROUP 5. . . . . . . . . . . . . . . . . . . . - . .._ x: . 5(1 ATCHISON, BARRY, GENTRY, GRUNDY, HARRISOE, HOLT, ' MCDONALD, MERCER, NODADWAY, OZARK, STONE, SULLIVAN, 'T'ANEY ANC WOR'T'H http://fiwebgate.access.gpo.gov/cgi-rein/geidoc,cgi?dbrianie=Davis-Bacon&docid=M020030001 7/1 5/2004 WAIS Document Retrieval Page 26 of 30 COUNTIES GROUP 1 . . . . . . . . . . . . . . . . . . . . i 21 . 49 5 . 50 GROUT' 21 . 6 E, 5: .5() GROUP 3. . . . . . . . . . . . . . . . . . . .$ 21. 64 5 .50 GROUP 4 . . . . . . . . . . . . . . . . . . . .; ::1. 76 5 .50 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21 . 39 5 .50 BUCHANAN, JOHNSON AND LAMYETTE COUNTIES GROUP 1 . . . . . . . . . . . . . . . . . . . .$ 23. 43 5 . 50 GROUP L'. . . . . . . . . . . . . . . . . . . .$ 3, 54 5.50 �. GROUT' 3. . . . . . . . . . . . . . . . . . . .$ 23.58 5 . 50 GROUT' 4 . . . . . . . . . . . . . . . . . . . .: ._'.. 65 5 . 50 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23. 3? 5 .50 TRUCK DRIVER CLASSIrICATIONS ' GROUP 1 : Flat- bed trucks single, ax-jr!; station wagons; pickup trucks; material trunk:: s:i.nnle e,s:1 c:; tan}: wagons sitiale axle. GROUP 2: Agitator' arid t:rransit. tnis;-tru:.ks. GROUP 3: Flat bead truckr- tandem; ;axle!; art:icu.lated daurnp trucks; material truck;: taside'm tas:lc,; 1-Jar,t: waauris tFar.dom axle. GROUP 4 : Semi and/or pole trailers; winch, fur.); trucks; distrioutor driven & operat.or-s; tan): wiagonr: r,ntn:i-- trailer; insley wagons, dunapst:Crr:, ✓peediac ., euclids 6 other similar. equipment; A--frames, arid der.r.i::i: trucks; float. or law boy. GROUP 5: Warehousemen. ------------I--------------------------------------------------------- * TEAM0245-001 03/25/199[1 BARRY, BARYON, CAMDEN, CEDAR, CFIF:.S'FIAN, DALLAS, DG1,11', DOUG LAc;, GREENE, HICKORY, HOWELL, JASPER, LACLEDE, LAWRENCE, M-DONALC), MILLER, NEWTON, OZARK, PHELPS, P0,A-,, PULASE: , SHANNON, TANEY, TEXAS, VERNON, WERS'PEF, AND WMG11T C:pUh'TZ15 Truck d:-iver::: Traffic Control Service- Driver. . . . . . . . . . . . . . . . . . . . . . .. .. . 9( PAID HOLIDAY:: New Year ' s Day, [ F c::ea°..ic.r; L,i,y, :luly 4-h, Labox Day, Thanksgiving Day, nr. rtm;as Day, etnpl.cyt+en ' s birthday and persor,eal day-s . " --------------------------------- __.._______ TEAM0541-001 G -_______.______.__._..._____. e CASS, (:LAY, JACKSON, 111,A1"1'F: ANU nl.:' '0011TIE::. Ratet Fr 1.n�7cs' ''rUC); drivers: • GROUT' 1. . . . . . . . . . . . . . . . . . . . . :' ::%, . 40 GROUP :... . . . . . . . . . I . . . . . . . . . . ` GROUT' 3. . . . . . . . . . . . . . . . . . . . . ; bttp:Hfrwebgate.access.gpo.gov/cgi-bin/geldoe.cgi?dbname=Davis-Bacori&docid=M020030001 7/l a/_" 2 004 VI(-)..10 "UL.W11N/16 /%4LL 1V V(At ] 6.p,L/ 111 J TRUCK DRIVERS CLASSIFICT.TIONS GROUP 1 : flechrinxc-n and Welder;' F'J el d; A-F'rattw Igor: }jvy-F;c c�rr ruck Driver. OOUP 2: Articulated Dump Truck.; Insley W.---jaor]::: Dump, Trucks, Excavating, 5 cu yds and over; Lautnpsters; IIG+ll'-Tr.ac}:s: Speedace: Euclids & similar excavating equipment: Material trucks, Tandem Two teams; Semi-•Trailers; Winch tr.uc}:s-Fart: truck„ Distributor Driver. and Operators; Agitator and Transit Mix; Tank Wt:etot, Drivers, Tandc-:m of Se:uni ; One Team; Station Wagons; Pickup Trucks; Material Trucks,, Single Axle; Tank Wagon Driver:,, Si.nalo Axl. :i GROUP 211: Oilers and Greases'.. - F'i cl d * TEAM0541'002 03/26/2000 --__-_-..._�.._ .............�—...__.._._...-.._............_--_.. BATES, CAS S, CLAY, HENRY, JACKSON/ JOHNSON, LAFAYE'TT171, PL,ATTL;, AND RAY COUNTIES Rat(-:., F'ri.n,)r-.. Truck drivers: Traffic Con,-rol Service. Driver. . . . . . . . . . . . . . . . . . . . . ." 14 . 1_`, W . 44-,a a, PAID HOLIDAYS: New Year" L Day, Decor.at::io:i 1)ay, ,,1u1y 4th,Labor Day, Tharil—sai vir:n Day, Christmas Day, F.mploye e l s. �irthday and 2 personal days. i -------------------------------------------------------------- * TEAM0662-002 05/01/2003 ST LOUIS CITY AND COUNTY Rates Frinae. Truck drivers: GROUP I . . . . . . . . . . . . . . . . . . . . .5 .:2 . 6.3 91 :a 1 GROUP :: . . . . . . . . . . . . I . . . . . . . .; .:2. E3_ G1•}a 1 GROUP ..:?. 9 3 GROUP 4 2 a. PENSION: ;35.6(., per day, `,: ? 'E,.00 mraximu:r. p<;- w;_-el:. b. HAZMAT PREMIUM.': if Hr:,:mr]t cer i':i ;:ati.-,r, c?r, u )Dt. required by a state.. o7 federal ac1Gricy o 1 project owner or by th(: emF loyc:r, empa.ovc.e: 0:, t.i,at :'iol site shall prE:rnimc pay. TRUCE DRIVER; _:I,AS:!'-'F'I1:P,'I'I01•.f GROUP :: Pic}:-up t:-uc):::; axle,; lia::be:d trucks; iok.> situ dm1�U1.a71CG, al,.; _::,ac+:: ()a t r.;li. i ers o: r: watA.- levc— capacity of 1. . uu cu. vd-s- c,: .e.-sv 0ROUP 2 - Truck!- o- �"ailerr of wsat.er 1_ vc Card F,.._t)' U` 0 cu yd kip to 0 .:u yas. in::ivai.nc; t.]:'_ia�, :c:<=e dace and similar.- equlpn:en: of same caps, ity and con;rrc::.sar., http://frwebgate,access.gpo.gov/cgi-bin/geidoc.cgi`?dbnwne=Davis-Bacon&docid=M020030001 7/15/2004 WAN Document Retrieval Page 28 of 30 GROUT' 3 - Trucks or t:ra.i:Jers of a wat.(.i.r l.eve.l capacity of 22. 0 cu. yds 6 over including euclid.l, speedace & all floats, flatbed trailers, boom gruel::, winch true}:s, including small trailers, :arm wagons tilt-top trailers, field offices, tool trailers, concrete pumps, concrete conveyors 6 gasoline tan): trailer: and truck mounted rnob;i.le concrete mixers I GROUP 4 - Warehousemen. FOOTNOTE FOR TRUCK DRIVERS: a. PAIL) HOLIDAYS: Christmas Day, Indeper,aer,ce, Day, Labor Day, Memorial bay, Veterans Day, New Year, Day, Thanksgiving Day PAID VACATION: 3 days paid vacation, for 600 hour: a. service in any one contrlacr year.; 4 days paid vacat.i.or, for 808, I hours of service C'' lr, clrly ori!-' contract year; 5 days paid vacation for 1, 000 hours of service in any one contract year. Wh-an such an employee: ha:i comple'..(---d ° year.- Of continuous employment with the- same: employer and ther, wor.kr I the above required number of hour.;., he :;r,al.l rc We.i.ve ciouba.e the number of days of vacation spe cl f i e d above. When such an employee has completed 10 year_ of continuour,: employm(�r,t ' with the same employer and then work: the above requi.r(-'d number of hours, he shal.i receive: triple the ri=ber of day:; of vacation spe=cified above. When such an employee haS completed 15 years of continuous empl oymerit. wit.l, the .same employer and then works thcl above required number of hourz., he shall receive 4 times thy_, number o, days of vacation specified above. * TEAM0622-003 05/01;2002 ST.CHARLES, FRANKLIN, JEFFERSON, LINCOLN AND WARREN COUNTIE f•:eate:; F'rir,yc:� I Truck drivers: GROUP 1. . . . . . . . . . . . . . . . . . . . .5 ._:_ . 4 J,! 3. 4 G�a+b*c GROUP 2. . . . . . . . . . . . . . . . . . . . .`' :':' (" ' 4 i�'+ll•f GROUT' 3. . . . . . . . . . . . . . . . . . . . .: 72`_ 46-a+b GROUP 4 . . . . . . . . . . . . . . . . . . . . . _1 . 92`1 1 .46 b a. PAID HOLIDAYS: Chric•;.mae., rnurt_t, o: Jui}•, I"hbc,x I:ay, Memorial. Day, Vete:rCanc {Jay, t.c b-:! _.. c-bratc:ci on National Holiday or on the day a: cer whichever is afire-ed upon. New Year's Day and Thanksgiving Day, PAID VACATION: 3 day's pa=id va:-c,tior, for 60(; hour. of :ervicE• in any one contras: year; 4 d-ayr j, ::,:4 var:a,,--or. hours of service in any on- con,- ac". y('ru: day:: paid vacation for 1, 000 hour; of service 11. an�' 01)c-! year. When suet•, an empl eye=s- na. cone l a,t c:d ye arJ : cf ' continuous empioyrnen* �lltt, nr SaITIE �a1np.1C )i:l.' ariC: 'tAIQr. work; the a),ONE required numner. OJ hptJJ"G, Lb fiI'lia r: CE3i VE: GOl.lrlir the number of days of vaCutlor, specified abovE:, Wnet, skjcl. an employee• has completed 10 ye.•u°s cf contl.nuou: ' employment with the same emp,.ioyi..- ana ',ties, work_. the o, )ovc required number of hours, ne st,al: rec:e_•i %lt , ripa Ee the- http://frwebgate.access.gpo,gov/cgi-bin/geidoc.cgi?dbname=Davis-Bacon&docid=MO20030001 7/15/2004 ' number of days of vacation, 7pecificrd above. When such an employee has completcld 1.5 year!-, of continuous employmen with thr same, emp.lo•yer and th,�r, work., the- ahoy' required number o, hours, he shall r•C`vJ vo 4 timer the- number of days of vac,ntion specified above. b-l'en:;ion: 2. 80 per day either worked or compensated to a maximum, $11.5 . 00 per week. c.Hacmat Pay: If Hazmat Certification on a job site is required by a state, or federal aoen^y or requesti,d by project owner or by the emip1 oyes, employees on that Job si.tp shall receive ,'i . 50 per nour premium pa}'. TRUCI, DRIVER CI,ASSIFICATIO : rGROUP 1: Trucks or Trai.lrr_,� of a Water Level Capacity of 11. 99 cu. yds. or lest, Forklift Trucks, Jai-: Site Ambulances, Pickup Trucks, Truci. . GROUP 2: Trucics or 'frailci::- of a Wat•ax Level Capaci t', of cu. yds. up tc' 12, cu. vd8. , F,LI:.i ]dG, Spe-C'dacE- and Sirr,.i lar Equipment of Same :.apacity and Coml�r.osr;orr. GROUP 3. Trucks or !'ra-' Ier: o" a WzJte!r Level Capacity of 22 . C1 cu. yds. and over, Guclids and Fiatr_vi�d Trailers, Boom Trucks, Winch Trucks,'1 Incaudinci Small Trailers, Farm Wagons, ''ilt. or, '!'railer Tocl 'Trailers, Concrete Pumps, Coned ;.e Conveyor:, Gasc,li.ne Tank'frail ears, Truck Mounted Mob .1e Concrete Mixers, End Dump, Side: Duml, and Articulated Dump Truc;l:r G OUP 1 : Warehousemen. ------------------------ ------------------------------------------ WIELDERS - Receive rate prescribed for craft performing operation tc whic;, weldina is inciderital . mo oaos���c�ca.•r.. na�c=r_.—..-=c:a_-:r�r..-cn=:¢:__.___....-._:_-..•`r.�_:_.:�._._._____.'___'___._—._.._.r.... Unlisted classifications for wo.r}: nol, :nciudE:.3 wit:1•:ir, the scope of the classifications lir;t.ed Inky k:c- aaded after award only as provided ir, the iak�c ^taT,da2`dE' contract .-1au_:e!� (29CFR 5. 5 (a) (1) ----------------------- In tl:e listing aknov6, yhC °: (Jn de-r: qr,a :don II1Gc�1::: that'.. ra::.�:'.`" listed under the ident :i e:r dc, not. r _tl,y,:,, c,�l.cc i v•�i. . baraained wane and frinac' berief it Uther uc: :aa1,atic>rIr indicate unions whos(-, rate.` C,aVe: l:,r•dn ac:_o3rmiIigtd tc b( prevailing. WAGE DETEPIMINATI01 1 . ) Has there been ar, ini".iai an existino published wade. dete:rittinat, :,r. d survey underl.yinc F, waci�, aet r:ririinat..t.c,i, " a Wage and Hour Uivasi.or; is pos a_;.or, or, a warie determinatioI'. mat:.e.' http,.//frwebgate.access.gpo.gov/egi-bin/g etcloc.egi7 dbname=l.)avi:,-Bacon&doeid=M020030001 7/15/2004 WAIS Document Retrieval Page 30 of 30 a conformance. (adds ti onal� arid rate) rul .i nq On survey related mattes, initial contact, including requests for summaries of surveys, should br, with the Wage and Hriur Regional Office for the area in which the survey was conducted because those Regional Off.icoo have responsibility for the Davis-Bacon survey program. 1f th(: r.espcn:le• from thi:; ir,i tial contact is not satisfactory, then the process described in ) arid 3. ) should be followed. With regard to any otticx IIr7t yet: rape for t:he forrnal , process described hexe, initial' c:ow-act. .should he with the Branch of Construction Waar; Write to: Branch or Constr.uct.i.on Wage L,eter.minatians Wage and Hour DiVisiM, U.S. Department of Labor 200 Constit-utiorl Avenut_., N.W. Washington, DC :.,0::10 2. ) If the answer to th(; que;ti 01_, il; I . ) j !- yer;, an interested party (those affe :.tc+d r)'y t:h� aT'_ioW can rc-:ques.- review and reconsid(-r.at.-Ior, I.'rom th Wacic� rind Hour Adniin .s,.rut:)r (See 29 CFR Part 3 . 8 arid ;'° ^_FF. Part V,; . Write tc.: Wage and Hour Administ.ra,,:.or U.S. Department of Labor 200 Constitution hvenu(:, N.W. Washington, Ur 2021.0 The request should be accompanied by a full statement of th(: interested party's position arid by any information (wage payment data, project des::riptioi,, ar•ria practice 1natEtr1&l, etc. ) that the requestor considers r.clevant to the issue. 3. ) If the decision of the Admin.i:>•.r'ato.: i.: not favorable., rAr, interested party may appeal dirF t:l tc, the Aaministrati.ve Review Board (formerly the Wraae Poard) . Write tc,: Administrative. Iioar'd U.S. Department of Ljibc,: 200 Constitution Averiuc., N.W. Washington, DC 202iG 4 . ) All decisiorx by thc' Adlili111::,..:.'i1LiVE Rht' $Gard arr flrlal . END OF GENERRL. DEC;' 'i Uh e http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/15/2004 ' mimsoun, Division. of Labor Standards WAGE AND HIOUR. SECTION • • • lop• �/ d 11A V PP �I)CCC'A- BOB HOLDEN, Governor 1 nual Ifflaqe Order ISO. 11 Section 01 4 CALLAW,A Y COUNTY In accordance with Section 290.26? RSMo 2000, within thirty (30) days after a certified copy of 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 a 65102-0599. 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 3 CSR 20-5.010(l). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. DECEIVED & FILED ' ,ol een A. Whit:, Director MAR 1 0 2004 Division of labor Standards e Tiled With Secretary of State: _ SECRETARY OF STATE COMM ISSIONrS DIVISION APR 0 9 2004 Last Date Objections May Be riled: Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rater, for REPLACEMENT PAGE Section 014 CALLAWAY County *Effective -basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker $27.93 55 60 $11,27 Boilermaker $27,29 57 7 $15.41 Bricklavers-Stone Mason ____ � $24,85 59 7 $7.75 Carpenter 9.78 60 1 5 $8.36 Cement Mason $18.26 9 $9.60 Electrician (inside Wireman) $25.11 28 7 Communication Technician USE ELECTRICIAN (INSIDE WIREMAN) RATE Elevator Constructor a $29.465 26 54 $10-305 Operating EnginqeL_._______ -Group 1 _ 5/04 $23.37 86 66 $13.80 Grqojl 5/04 $23.37 86 66 $13.80 Group 111 5/04 $22.12 86 66 $13.80 Grou p L11- 5104 $23.37 86 66 $13.80 Group IV 5/04 $24.07 86 66 $13.80 Group V 5/04 $25.37 --86 66 $13.80 Pipe Fitter 7/04 b $30.00 91 69 $14.68 Glazier $13.50 $1.89 Laborer.(Bullqfqgy. General $16.72 1110 7 $7.58 First Semi-Skilled $18.72 110 7 $7.58 Second Semi-Skilled $17.72 110 $7.58 Lather USE CARPENTER RATE Linoleum Layer& Cutter, USE CARPENTER Marble Mason 1 $24.85 7 $7.75 Millwright $20.78 60 15 $8.36 Iron Worker $21.87 :1L 8 $13.00 Painter $19.19 -18 $5.58 Plasterer $17.32 94 5 $9,35 Plumber 7/04 b $30.00 9T- $14.68 Pile Driver $20.78 60 15 $8.36 Roofer $23.70 12 __4 _ $7,76 Sheet Metal Worker 7/04 $23.74 40-1 23 $9.46 Sprinkler Fitter 4/64- $27.09 313 19 $11.95 Terrazzo Worker $24.85 59 7 Tile Setter $24,85 59 7 $7.75 Truck Group 1 $20.45 101 1 5 $5,75 Group 11 $21.10 101 i 5 Group 111 $20,60 1 101 5 $5.75 Group IV $21.10 -1011 $5.75 Traffic Control Service Drivt)r,---"I- lWelders-Acetyletic 8 Electric 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 7/04 Building Construction (Rates for REPLACEMENT PAGE Section 014 CALLAWAY County Footnotes Effective Basic Over- f CCUPATIONAL 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 Buildings) 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. 6 Vacation: Employees over 5 years-8%; Employees under 5 years-6% 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 r , • ' "Annual Incremental Increase ANNUAL WAGE ORDER N0, 11 7/04 CALLAWAY COUNTY OVERTIME S011:DULh BUILDING: CONSTRUcrIUN FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 1/'2) shun 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.)rally 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(I'r )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 at 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 a day's work,with t1iFc starting time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half (1%) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight (8)hours on Saturday. All other overtime hoar;; Monday through Saturday shall be paid at double(2) time rate. Double(2)time shall be paid for all time nn 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 perforated 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'/z) times the regular hourly wage scale. All work performed within the regular working hours which shall 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(11,,'2) times the regular hourly rate. Wnrk on recognized holidays and Sundays shall be paid at two(2)times die regular hourly rate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon (12:00) to six (6)hours after Noon(12:00). The regular work week shall be fora (40)hours, beginning between 6:00 a.m. mid 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(PA).). Sunday and Holidays shall be paid at double (2) tinic. Saturday can be a make-up day if the weather has forced a day off,but only in the week of die day being lost. Any time before six(6)hours before Noon or six(6)hours after Noon will be paid at time mid one-half(I 1/z). 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. ('17te 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. 17ie 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 a.m. and 6:00 pail., four (4) days per week. Mondav 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)the single time rate of pay. The rate of pay for all work performed oat holidays shall be at two times (2)the single time rate of pay. r ANNUAL WAGE ORDER NO. 11 AW 11 014 O'r.doc Pine 1 or4 Pages ' CALLAWAY COUN'ry OVERTIME, SC11 AWI 1: ' BUILDING CONSTRUCTION NO, 28: Means eight(8) hours between 7:00 a.m. sold 5:30 pain., with at least a thirty (30) minute period to be taken for lunch, :hall constitute a day's work five (5)days it week. Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workdayiwork-weck of four(4)ten(10)hour days(4-10's)provided: -The project must he for a 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 'i'uesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: if a holiday fiulls in the middle of at week, then the regular cir;ht (8)hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in it 4-.I0 hour work week)still)]be tit 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%i)times the empltrvec's regular rate of pay. All work perfomied from 12:00 a.m.Sunday through 8:00 a.m. Monday told recogni�.ed holidays shall be paid at double(2)the straight tinie hourly rate of pay. Should employees work in excess of twelve(i2)consecutive hours they shall be paid double time(2X) for all time titter twelve(12)hours. Shift work performed between the hours o[4:30 p.m,and 12:30 a.m.(second shifl)shall receive cil;ht (8)hour:;pay at the regular hourly title of pay plus ten(10°io)percent for seven and one-half(7'i:)hours work. Shift work performed between the hours of 1230 a.m. and 8:00 a.m.(third shits)shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15'%o)percent for seven (7)hours work. A lunch period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one:fund one-half(1'/)tunes die shift hourly rate. NO.33: Means the standard wort: day shall be eight(8)consecutive hours of work between die hours of 6:00 a.ni, turd 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 he worked at straight time. Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at tine rate of time and one-half O V4 Overtime worked on Sundays and holidays shall ' • be at double (2)time. NO.40: Means tine regular working week shall consist of five(5)consecutive(8)hour days' labor on die job beginning with Monday and ending with Friday of each week. Four(4) l0-hour days may constitute the regular work week. The regular working day shall consist of eight(8)hours labor on the jot)beginning;as curly as 7:00 a.m.aund ending as late w, 5:30 p.m, All hall or part time labor performed during such hours shall be recogni7xcl its regular working hours and paid for at die regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours bill not snore than twelve(12)houra during;the regular working;week shall be paid For at time acid one-half(i'i )the regular hourly rate, All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during,the regular working day shall he paid at two(2)tunes the regular hourly rate. In ti►e event of rain,snow, cold or excessively windy weather on a regular working;day, Saturday nnay he designated as a "make-up"day, Saturday may also be designated is a "make-up" day, for an employee who has missed a day of work for personal or other reasons. i'ay for "niake-up" days shall be at regular rat:-s. NO. 55: Means tine regular work day shall be eight(8)hours between 6:00 ami. and 4:30 p.ni, The first two(2) hours of work performed in excess of the eight (8) hour wort: da}, Monday through Friday. and the first tern ()0) hours of work on Saturday, shall be paid at one & one-half(1! ) tittles the straight time rate. All wort: performed on Sunday, observed holidays and in excess often (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 wort: and forty(40) hours per week. Monday through Friday, shall constitute a week's work. '11►e regular stanim, time shall be 8:00 a,m. Tht: above rnav be changed by mutual consent of aaithoriied personnel, When circunnstances warrant, the Employer may change die regular workweek to four (4) ten-hour days at the regular tinic rite of pay. It being understood that all other pertinent information must be ad,iusted accordingly. All time worked beibre and after the established workday of eight (8)hours, Monday through Friday.all tittle worked on Saturday, shall be paid at the rte of time and one-half(1!- )except in cases where wort; is par of an employee's regular Friday shift. All tittle worked on Sunday and recog;ni7ed holidays shall be paid at the double(2)time rate o1'pay. ANNUAL WAGE: ORDEI l NO. I 1 AW I 1 014 UT.dot hipc 2 of 4 14mcs CAI,LAWA)' COUNT)' OVrlt'rlMr:SCIIr.nuLi'. BUILDING C'ONSarRUCTION NO. 59: Means that except as herein provided, eight (8) hours a day shall constitute n standard work day, curd fort)' (40) hours per week shall constitute u 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'(]'/'2). 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 the five dory(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 the,job is (]own 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 exceed eight (8) hours or forty (40) hours per week, "11hc regular strafing time (and resulting quitting time) may be moved to 6:00 am.or delayed to 9:00 a.m, 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. Van 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(I's) 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 part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a mike-up day at the straight time rate. It is agreed by the parties 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 (11iz) 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 time and one-half(I'/) the hourly wage rate plus fringe benefits. All Millwright work performed 111 excess of the regular work day and on Saturday shall be compensated for at time and one-hall' (1'/z) tie regular Millwright hourly wage rate plus fringe benefits. The regular work day staring 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 ors 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 arnounr equal to the fringe benefits NO. 86: Means rue regular work week shall consist of five (5) days, Monday through Friday, beginning an 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 perionncd on Monday through Saturday shall be paid at time and one-half(I'..i•)of the hourly rate plus an amount equal to one-half' ('ii) of the hourly Touhl 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 rte hourly 'Total indicated Fringe Benefits. NO. 91: Meauhs 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(1/2) hour for lunch. The option exists for the Emplover to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.nr• The regular work week shall consist of' forty (40) hours of five (5) work days, Monday through Friday. The wort, 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 holiday, the employee shall be paid at the double (2) time rue. The employees shall be paid time and one-half(I',,) for work performed before the regular- starting time or after die regular quitting time or over eight (8)hours per work dart (unless working a 10-hour work clay, then time and one-half (1'i) is paid for work performed over ten (1(1) hours a day)or over forty (40)hours per work week, Work performed on Saturdays. Sundays and recognized holidays shall be paid it the double(2►time rate o!'pay. ANNUAL WAGE ORDER NO. 1 I A«'I 1 014 O'f.doc I'n►r 3 of•1 Pape: , C.ALLAWAY COUNTY OVERTIME SCHEDULE BUILDiNG CONSTRUCTiON NO. 94: Means eight(8)hours shall constitute a days work between the hours of 8:00 it,ni, and 5:00 p.m. 'lhc regular workday starting time of 8:00 a,m. (and resulting quitting time of 4:3O p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work performed in excess of the regular wort, dity and on Saturday shall be compensated at one and one-half(I'/2) times the regular pay. In the event time is lost during?he work week due to 1 weather conditions, the Employer may schedule work on the following Saturday at straight time. All wort; 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(lay shall constitute it standard work day,and forty(40) hours per week shall constitute it week's work which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(11,/2) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time, The regular 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 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 forty(40)hour wort:week. When a four(4)ten-hour day work week is in effect, the standard work day shall be consecutive ten(10)hour periods between the hour%of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work Monday through Thursday, inclusive, In the event the job is down for any reason beyond die Employer's control,then Friday and/or Saturday may,at die option of the Employer,be worked as a make-up day: straight time not to exceed ten(10)hours per day or forty (401 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 die event the job is down for any reason beyond the Employer's control,then Saturday may, at the option of the Emp)over, 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 (_') hours, Employees shall have a lunch period of thirty (30) minutes, Tlie 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 5:00 p.m. on Friday if die Employer grants a lunch period of one (1)hour), or as adjusted by starting time change as stated above. All work peribrnaed before 8:00 a.m. and after 4:30 p.m. (or 5:00 p.m. where one (1)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 (1'iz) 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)due regular hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours, Monday,through Friday, or any part thereof by reason of inclement weather(rain and mud), Saturday or any part thereof may be worked as it make-up day at the straight time rate. nie Employer shall have due option of working five eight (8)hour days or four ten (10)hour days Monday through Friday. If tai Employer elects to work five(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 acid one-half W/2)the hourly rate Monday through Friday, if art Employer elects to work O four(4)ten 0)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 auid one-half(1'/z)the hourly rate Monday through Friday, if an Employer is working ten(10)hour days and loses it 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 turd 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 time and one-half(1'-:)overtime rate. NO. 122: Means fort (40)hours between Monday and Friday shall constitute the nonnal wort: week. Wort: shall be scheduled between the hours of 6:00 a.m. and 63'() 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 be paid at die rate of one and one-half times the normal rate. Due to inclement weadier durina, the week. Saturday shall be a voluntary make up day. e eANNUAL WAGE ORDER NO. I 1 AW)1 014 OT.doc Pap 4(it 4 Pages C.ALLAWAY COUNTY 11° II6)I.,II)A`w' SC'III?nt1I,I�-- BUIIA)ING CONSTRI IC TION NO. 3: All work done on New Year's Day, Decoration Day, July 4th, 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 Year'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 tall on Sunday. Monday will be observed as the recognized holiday. if any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. 5: All work that shall be done on New Fear'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, Vetevwl's Da } p } Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. lf'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. 8: All work performed on New )'car's Day. Memorial Day, Independence Day. Labor Day, Veteran's Day, 1� Thanksgiving Day. and Christmas Day, or thr days observed in lieu of these holidays. shall be paid at the double time rate of pay. NO. 15: All work accomplished on the recognized holidays of New t'ear'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 Da 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 perforned 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 t'ear'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 )'car's Day. Memorial [)ay. Independence Day, Labor Day. Veteran's Day, Thanksgiving Day, the Friday after Thank% iving Day. and Christmas Day shall 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. AWO 11 014 hil .doc ANNUAL WADI ORDIT NO I I 1'agc 1 of 21'ul cs CALLAWAY COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION NO. 60: All work,performed on New Year's Day, Armistice Day (Veteran's Day). Decoration Day (Memorial ay), Independence Day (Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double qWRme 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 after 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 Sunda), in a particular year,the holiday will be observed on the following Monday. 1 NO. 76: Work performed on Holidays shall be paid at the rate of two times the normal rate. Holidays are: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day after Thanksgiving, Christmas Day. If a holiday f,,dls on a Sunday, It shall be celebrated on the following Monday. if it falls on Saturday, It shall be celebrated on the preceding Friday. r AWO 11 014 hdy.dor ANNUAL.WAGE ORDER NO. 1 I Page?of2Pages Heavy Construction Rates for REPLACEMENT PAGE Section 014 CALIAWAY County �`- ectlye OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER Journeymen 5/04 $24.78 M 7 � 16 $8.34 Millwright - _ 5/04 $24.78 7 16 $8.34 Pile Driver Worker _ 5/04 - $24.78 7 16 $8.34 OPERATING ENGINEER Group 1 5/04 $22.45 21 5 ~_ $13.75 Group 11 5/04 $22.10 21 -, - 5 _ $13.75 Group III 5/04 $21.90 _21 u^ 5 $13.75 Group IV _ 5/04 $18.25 21 _ 5 $13.75 Oiler-Driver 5/04 $18.25 i 21 � 5� $13.75 1_�__ LABORER General Laborer 5/04 1 $21.17 ^~2 4 $7.28 77 Skilled Laborer 5/04 $21. — 2 V 4 $7.28 TRUCK DRIVER-TEAMSTER Group 1 _ 5/04 $23.37 22 19 $6.75 Group 11 ~_ 5/04 $23.53 22 19 $6.75 Group 111 5/04 V 1 $23.52 22 19 $6.75 ,Group 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 N0. 11 7/04 CALLAWAY COUNTY OVERTIME SCHEDULE— HEAVY CONSTItUCTION ® NO. 2: Means a regular work week of forte (40) hours will start on Monday and end on Friday. The regular �! Kork day shall be either eight(8)or ten ('10) hours. If a crew is prevented from working forty (40) hours onday 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 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. Time & one-half'(] '/z) shall be paid for all hours in excess of eight (8) hours per day (if working 5-8's) or ten (l 0) 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 rte-half(1'/z) 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 Emplover, 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(1%)times the regular rate. Work performed on Sundae 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. gak�le regular work day for which employees shall be compensated at straight time hourly rate of pay shall, INtuiless 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 any one 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(l'/) 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 (10) hours. I f 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 ma-, be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up m 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 11 014 hvyot.doc ANNUAL.WAGE ORDER NO. I 1 Page 1 Of Pulses CALLAWAY COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO. 4: All work performed on New Year's Day, Memorial I7ay, Independence Day, Labor Day, Thanksgiving 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. 5: The followuig 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 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 (?) the regular rate of pay for such work. The above shall apply to the four I O'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 are 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 are 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. MH' 11014 hvp hol doe ANNUAL.WAGE ORDER NO. 1 I Yuge 1 of 1 rages REPLACEMENT PA(]"FE (D ITSIDE ELECTRICIAN 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, Maries, Marion, Miller, Moniteau, Monroe, Montgomery, Morgan, Oregon. Osage, Perry, Phelps, Pike, Pulaski, Putnam, Rails, %andolph, Ikeynolds, Ripley, St. Charles. St. Francois, St. I.,ouis City, St.Louis County, St(.-.. Genevieve, Schuyler. Scotland. Shannon. Shelby. Sullivan. Texas, Warren, 7rad YasWngton COMMERCIAL RC'IAL WORK Occupational Title -- ---I _ _ _ Basic _..---...._._......_�._...-----.-__- - ---.__--Total ---- - - -- -- - - - -Hourly .. _ ._.. -- - - _ — —Fringe - Rate Benefits *Journevman Lineman 1— --__.-_---$28.9f.; --_._._----- --- i $4.25 •+-41.3(1 , *Lineman O�crator _ i $25.9} $4 25 + 41.3°ir) - ._�_.... --- �*Gt•oundman $20.52 $4.25 + 41.3%) U7'ILII'N' WORK �-Occupational Title � _�-----------.___._..Basic i._.__.___-___._.__ ,total 1-burly ~-------- Rate Benefits ----- --- --^--- I ------- - - *Jo urneyman Lineman iI— `1;"'7.95 I— $4.25 *Lineman Operator $24_13 $4.25 + 37.31X, *Cirounciman $18.(�(� $4.25 -+- 37.3"X, OVIIJRTIME RAZE: Eight (8)hours shall constitute n work day between the hours of'7:0()a.m.and 4:30 p.m. Fort (40)hours within live 0)days, Monday through Friday inclusive. shall constitute the work week. Work performed in the 9th and l 0th hour. Monday through Friday. shall he paid at time and one-half(l'/) the rcgular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'i)the regular straight time rate of pay between the hours of h:OU a.m. and 5:30 p.m.. Monday through Friday. \York performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such. shall he paid for at the rate of double(2)time. HOLIDAY RATE: All work l performed on New Year's Day. Memorial Day. Fourth of.luly. Labor Day. Veteran's Day,'thanksgiving Day, Christmas Day. or days celebrated as such. shall he paid at the double tin►c rate of pity. When one of the foregoing holidays falls on Sunday. it shall he celebrated on the following Monday. ' 'Anntwl Incremental Increase ANNUAL WAGE. ORDER NO. l 1 71M OuT SI1,A"'I I in I doc SECTION S TECHNICAL.SPECIFICATIONS WIRE FENCE W1Tll STEEL, POST;S (Classes C and 1) Fences) l(►1-1 DESCRIPTION 161-1.1 This item covers die requirements for furnishing materials and constructing new wire fences and gates with steel posts in accordance witin the details included herein and as shown on the plans. The class offence to be erected ' shall be either Class C, woven wire fencing surmounted by two strands of barbed wire,or Class 1), four strands of barbed wire, as indicated on the plans and in the bid proposal. 161-2 M.6j'ERIAI,S All material for woven wire fence. Class C.shall conform to the requirements of the 14c)9 (MSSIIC), Section 1043.3, woven wire fence material. ® 161-2.1 CONCRETE. 11,111 MM EM 161-3 CONSTRUCTiON Ml;T )i)S 161-3.1 GENERAL. The fence shall be constructed in accordance with the details on the plans and as spedifred herein using new materials, and all worl:shall be performed in a workmanlike manner satisfactory to the Engineer. Prior to the beginning of the work or upon the request of the Engineer. the Engineer shall locate the position of the work by establishing and marking the property line or fence line. When directed, the Contractor shall span the opening below the fence at locations of small natural or drainage ditches where it is not practical to conform the fence to the general contour of the ground surface according to the project details. The new fence shall be permanently tied to the terminal,of existing fences whenever required by the Engineer. The finished fence shall be plumb,taut, true to line and ground contour,and complete in every detail. When directed. the Contractor shall stake down the woven wire fence at several points between posts. When directed, in order to keep stock on adjoining property enclosed at all times, the Contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences. The length of unfenced section at any time shall not exceed 300 feet or such length that the stock can be kept in the proper field. The work shall progress in thin,manner and tit the close of the working day the newly constructed fence shall lie tied to the existing fence. Any openings in the fence shall be guarded when stock is using the adjoining properly. 161-3.2 CLEARING FENCE LINE. The site of the fence shall be sufficiently cleared of obstructions, and surface irregularities shall he graded so that the fence will conform to the general contour of the ground. The fence line shall he cleared to a minimum width of 2 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps. brush. rocks. trees, or other obstructions that will interfere with proper construction of the fence. Stumps within the cleared area of the fence shall be placed a uniform distance above ground,as specified in the plans. When shown or the plans or as directed by the Engineer,the existing fences%.dish coincide with,or arc in a position to interfere witli. the new fence location shall he removed by the Contractor it,,a part of the construction work unless such removal is listed as a separate item in the bid schedule. All holes remaining;after post and stump removal shall br­refilied with suitable soil, gravel.or other nurtenal acceptable to the Engineer and shall he compacted properly with tampers. ' 1'he work shall include the handling and disposal of all material cleared. excavated or remmved. regardless of the type, character, composition. or condition of'such material encountered. ' 161-3.3 INSTALLING: POSTS. All posts shall he spaced as shown on the plans. Corner. brace,anchor. end. and gate posts shall be set in concrete bases as shown on the plans. The lop,of the base shall be slightly above the • ground surface. trowel finished, and sloped to drain. I loles of full depth and size for the concrete bases fin•posts shall be provided even ifblasting of'rock or other obstructions is necessary. All post setting shall he clone carefully r and to true alignment. Dirt removed for placing, posts tire driven, the method of driving must meet the approval of r the Enginecr. Care shall he exercised to prcvcnt marring or bucklinp of the posts. Damaged posts shall be replaced at the Contractor's expense, No extra compensation will he made for rock excavation. hock excavation Shall not be grounds for extension of time. Posts shall he plumb, true to line and grade. Corner post assemblies shall be ;;et at all horizontal angle points greater than 15 degrees in the line of'the fence. pull post assemblies shall he set at all vertical angle points greater than 15 degrees but at not greater than 500400t intervals. 161-3.4 BRACING. Ail corner,anchor, end, and gateposts shall he braced as shown on the plans, Anchor posts shall he set at approximately 500-foot intervals and braces{ to file adjacent posts. 161-3.5 INSTALLING WIRE. All barbed wire and woven wire shall be placed on the side of the post away from the airport,or as directed, at the height indicated on the plans. The woven wire shall be carefully stretched and hung without sag and with true alignment. Care shall be taken not to stretch tire wire so tightly that it will break in cold weather or pull up corner and brace posts, All horizontal wires shall be fastened securely to each post by fasteners or clips designed for use with the post furnished. The woven wire shall be %vrapped around end. corner. and gateposts, and the ends()fall horizontal wires shall he tied with snug;. tight twists. The wire shall he secured to prevent slipping up and down the post. Barbed wire strands Shall he stretched and each strand secured to each post to prevent slipping out of line or becoming loose. At end, corner, and gate posts the barbed wire shall be securely wrapped and anchored once about the post from outside and secured against slipping by tying the ends with snub, tight twists. 1-1owever,on spans of less than 100 feet both ends of'the span need not he wrapped around the posts. The bottom wire of the woven wire fencing shall clear the ground by not more than 4 inches or less than l inch at any place. Necessary excavation along tilt• fence shall he performed to obtain the specified clearance. Filling of depressions will not be permitted except where old channels are backfilled after drainage has been relocated. Any space left by depressions shall be filled by spacing strands of'barbed wire as indicated on the plans. 161-3.6 SPLICING WIRE. Splices in barbed and woven wire will he permitted if*made with an approved galvanized bolt-clamp splice.or a wire splice made as follows: The ends of each wire shall be carried 3 inches past the splice tool and wrapped around the other wire for at least six turns in opposite. directions. After the tool is removed, the space occupied by it shall be closed by pulling the ends together. The. unused ends of*tile wire shall he cut close to make a neat, worknanlike,job. 161-3.7 INSTALLING GATES. 161-3.8 EXISTING FENCE CONNECTIONS. Wherever tic new fence joins an existing fence, either at a r corner or at the intersection of straight fence lines, a corner or anchor post ,;hall he set at the junction and braced and anchored the same as herein described fbr comer posts. If the connection is made at other than the• corner of the new fence. the• last span of the old fence shall contain a brace spun. 161-3.9 CLEANING UP. The Contractor shall remove from the vicinity of the completed work ali tools. building, equipment, etc., used during construction. 161-4, METHOD OF i14i;ASUREMEINT 161-4.1 Woven wire fence(Class C'). -,;hall be measured in place from outside to outside of end posts or corner r posts and shall he the length of fence actually constructed, except for the Space occupied by the gates. Measurement will be trade to the nearest linear foot. 161-5 BASIS OF PAYMENT , 1 ,4 1 261.5.1 Payment will be made at the contract unit price per linear foot for Gass C,woven wire fence, 'Phis price shall he full compensation for furnishing all materials and for all preparation,erection,and installation of these materials,and for all labor,equipment.tools,and incidentals necessary to completc the item. Payment will be made under: Item F-161-5.1 Woven Wire Fence,Classy C---per linear foot r r • s r • ITEM 1;-162 CHAIN-LINK FENCES 162-1. DESCRIPTION 162-1.1 This item sha11 consist of furnishing and erecting a chain-link fence in accordance with these , specifications and the details shown on the plans and in confortnity with the lines and grades shown on the plans or established by the Engineer, 162-2. LATER LS All material for chain-lint; fence shall conform to the requirements of the 1999 WSSIIC), Section 1043.2. Chain-link fence material. Chain link fence material shall be 9 gauge wire for all fences and gates. 162-2.1 CONCRETE. 1 Ill 1 1 11-ml 162-2.2 MARKING. Each roll of fabric shall curry a Ing showing the kind of base metal (steel,aluminum. or aluminum alloy number), kind of coating. the gauge ofthe wire, the length of fencing in the roll.and the name of the manufacturer. Posts. wire, and other fittings shall he identified as to manufacturer. kind of base metal (steel. aluminum,or aluminum alloy number),and kind of coating. 162-3 CONSTRUCTION M1:'i'IMPS 162-3.1 CLEARING FENCE LINE. All trees. bntsh, stumps, lags, and other debris which would interfere with , the proper constntction of the fence in the required location shall be removed a minimum width of 2 feet (61 cm)on each side of the fence centerline he fore starting fencing operations. "i'he cost of removing and disposing of the material shall not constitute a pay item and shall he considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall lie set in concrete at the required dimension and depth and al the .spacing Shows) 011 the;)Jars. The contractor shall fill. cal or trench where necessary to produce a smooth and uniform ground surface so the bottom of the fabric is not more than 3 inches above the finished ground line. Posts shall be set plumb, true to line and grade in concrete footings.and shall be located as shomi cm the plans or as directed by the Engineer. ' A the option the Contractor. line posts many he driven in lieu of setting in concrete or polyurethane. if the contractor elects to drive line posts they shall be of the length and driven to the depth shown on the plans. If hosts cannot be driven to depths shown because of rocky soils or other conditions, the\ shall he reproved and placed in footings as indicated oil the plans. Post tops shall he ;,rotected against damage all(! all hosts damaged during installation shall he removed and leptacc I in lieu of drilling. the rocl; may be excavated to the r:quired footing depth. No extra compensation shall he made for roc); excavation. 162-3.3 INSTALLING TOP RAILS. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diu_t!onal truss rods and turnbuckles, shall be installed at all terminal posts 162-3.5 INSTALLING Ai.LING hAIMIC. Fabric shall not hr attaeliud tee posts until the coacrcle in the footings is at (cast five days old. and shall he attached to tilt.• posts on the side away from the airport. Fabric shall be securely attached to end, corner, gate and pull ports in accordance with nimillfacturer's recommendations. It shall be attached to ' tension wire with hog rings spaced as shown on lira plans. The firhric ~hall he attached Ili line posts with wire tics or bands, and spaced in accordance with manufacturer's recommendations. All fabric shall lie taut bofore it is attached to line posts or tension wire. ' -kt 1 162-4. ME'FH0j) r 5 , , ® U1 M1�,,,URI',(�LN 1 1162-4,1 Chain link fence will lie made at the contract unit price per linear foot. Payment for driveway or walkway gates will be made at the contract unit price for each gate. 1 The price will be full compensation for furnishing all materials,and for all preparation, erection, and installation of these materials,and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under; Item F-162-5.1 G Chain-Link fence—per linear foot Item F-162--5.2 Type"A"Sliding Gate (28' Opening), 6' Chain Link—per each Item F-162-5.3 'Type"B"Gate Double Swing gate(16' Opening), -per each Item F-162-5.4 Type"U"Gate Walkway Gate(4' Opening;), 6' Chain-Link---per each i ITEM M4)-0110 STRitC'i'IIRAi, PORTLAND CI,M111?N'1'CUNCttt.'i'[; DESCRiPTION 610.1.1 'Phis item shill consist of plain structural Portland cement concrr..te,prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. ']'be materials and mixture shall meet the requirements of the 1999 Missouri Standard Specification for Ilighway Construction (MSSI-IC),Section 501-Concrete, including the (bilowing Revisions: ,Settle 220 Delete See 501.10 and substitifle fire following. 501.10 Witter-Reducing Admixtures. At the option of the contractor. Type A water-reducing admixtures may be used in airy concrete. Iligh range water-reducing admixtures niuy be used when specified or with approval of the State Materials Engineer. 578 Delete See 1005.2.2 and substitute the following: 1005.2.2 Pine aggregate subjected to the mortar strength test shall product' a mortar having a compressive strength at the age of•7 days of at least O0 percent of that developed at the same age by mortar of the same proportions and consistency made of the same cement and Standard Ottawa sand, Tests shall be made in ' accordance with AASI ITO '1 106. Cement used in the tests shall be Type i meeting the requirements of Sec 1019. 601 Delete See 11117.2 and substitule the following: 1017.2 General. All GGBFS shall conform to the requirements of'AASIITO M 302. Grade 100 or 120. except as herein specified. Only GGBFS from sources qualified in accordance with these specifications will be permitted. 603 Delete See 1017.4.1 and substitute the following: 1017.4.1 The bill of lading or delivery receipt for each shipment to MoDOT projects shall carry the following certification statement: "'Phis is to certify this Grade_ _ _ GC)BFS originated from a MoDO'T qualified manufacturer, has been maintained to meet MoDOT specifications and was loaded from silo number Name and Location of Manufacturer Name and Location of Shipping, Facility Sif:naturc and Hume ol•Markctiag lartiq f+3 604 Delete Sec 1018.2.1 and substitute the following: 1018,2.1 The available alkalis.as Na,O,shall not exceed 1,5 percent. Loss on ilnlition shall not exceed 1.5 percent. 608 Delete Sec 1019.2.1 And substitute the following: 1019.2.1 All blended hvdraulic cement shall conform to the requirements for Type 11', I(PM), IS or 1(SM) of AASI-iTO M 240 with the following modifications: (it) Type I.P or I(PM) cement shall be produced by intergrinding portland-cement clinker and pozzolan or may be produced by blending portland cement and pozzolan provided analytical procedures are provided. (b) The pozzolan constituent of Type II' shall not exceed 20 percent by weight (mass) of the total portland-pozzolan cement. (c) Type IS or l(SM) cement shall be produced by inter):ninding portland cement clinker atld granulated blast-Furnace slag or may be produced by blending portland cement and ground granulated blast furnace slat;provided approved analytical procedures are provided. (d) "The slag constituent of Type IS or I(SM) shall not exceed 25 percent by weight (mass) of the total portland-slag cement. ' (e) The basis of acceptance shall be as described in See 10193 in addition to AASHTO M 340. 608 Delete See 1019.2.2 and substitute the following: ® 1019.2.2 Types 1, 11. IP. I(PM), 1S, or I(SM) cement shall be used for all general concrete construction except as herein specified or where other types of cement are permitted. If Type I is specified, Types 11, IP, I(PM). IS, and I(SM) will be allowed, subject to any requirement.,- for each type, unless otherwise specifically prohibited. Types IP, I(PM). IS. or I(SM) shall not be used in concrete designed for high early strength. Type 1 or Type Ill Portland cement shall be used in high early strength concrete. Type Ill Portland cement may be used in am precast concrete. White portland cement shall meet the requirements for Type 1. Type IA. air-entraining Portland cement. shall be used only when specified in the contract. Different types of cement shall not be mixed nor shall different types be used in the same unit of construction. 609 Delete Sees 1019.3.1.1 and 1019.3.1.2 and substitute the following: 1019.3.1.1 The following information shall be included in the request for qualification. (a) An outline of the QC program from the quarry to the point where the product is relinquished to the purchaser. The QC program shall cover all tests required by the specification and include the testing frequency for each test. (b) A copy of the most recent Cement and Concrete Reference Laboratory (CCRL) inspection report and the latest CCIZL. proficiency sample report. The CCRL inspection shall cover all tests required by the sllecihcatlon. i oct1111e1111111Ui1 showing satisfactory resolution of all inspection deficiencies shall be included, (c) The physical luvout of the plant. including the number and capacity of finish mills and silos and the type'of cement slued ill each silo. (d) If blended II'. I(PNI), iS or I(SM) cement is furnished, the following is also required. The • lavout of the blending systenl, from the portland cement and pozzolan or slag silos to the point where the 84 blended product is relinquished to the purchaser, shall be furnished along with the request for qualification. The supplier shall describe and have in place an analytical procedure that can be shown to be sufficient accuracy to determine the pozzolan or slag content of the blend to within f 1.0 percent of the true pozzolan or slag content. The analytical procedure. .frequency of sampling and testing locations are subject to approval by MoDOT. . (c) A copy of typical bill of lading with the required certification statement. (f) A split sample of each type of cement proposed for use. Manufacturer test results for the split sample shall also be submitted. 1019.3,1.2 ]n order to maintain qualification, the following is required. (a) Monthly QC test results covering the production of cement types proposed for use in MoDOT projects, including the high, low and average results for each type shall be forwarded to MoDOT, no later than two weeks following the end of the period covered by the report. (b) A copy of the most recent CCRL inspection and proficiency sample reports and any deficiency resolutions shall be forwarded promptly to MoDOT. (c) If blended IP. I(PM). 1S or I(SM) cement is furnished. a target value for the percentage of pozzolan or slag in the blend shall be provided to MoDOT. and test results from the manufacturer shall not vary more than two percentage points forni the target value. MoDOT shall be informed, in writing,prior to changing the target value. At no time shall the test results show a percentage of pozzolan in the blended IP or I(PM) greater than the 20 percent or a percentage of slag in the blended IS or I(SM) greater than 25 percent. (d) Quarterly split samples for each type of approved cement will be obtained by MoDOT for • ' joint testing by the manufacturer. Manufacturer test results on the split samples shall be furnished to MoDOT when completed. (e) All QC test results shall be available for a minimum of three vears, for MoDOT review upon request. (1) No cement Out of'specification shall be allowed into the silo destined for MoDOT projects. ' All construction methods, testing and acceptance criteria shall be in accordance with the standards included within till, Ilent N10-6111. MATERIALS 6111.,1 CENERAL. Unl\ approved materials. confonning to the requirements of these specifications. shall be ' used 1111 thr• worl.. Thry 111111" be subiected to inspection and tests at any time during the progress of their preparation of use Thu solm.t• of supply of each of the materials shall be approved by the Engineer before delivery or use is sUuted. hlnlrrutls shall be suned and handled to insure the preservation of their quality and fitness for use and shall bt• hrcau-d if, lactlmtuc pronrp,. imspccuon. All equipment for handling and transporting materials and concrete must hr t1cmr hdoiv mry material or concrete is placed therein. NIA'1 ERIALS. All materials. prononioninu, slump. and air-entertainment for Portland cement concrete , shall i 41111ol a 11, qunrnu ntr. of the 1 r►t)'►(MSSI 10. Section 501. for Class 11 concrete and specifically as follows: A, Ilan Section , Itrtuliuc11rt titer) for(. oncretr Structures 1036.1 t on;:rrtr t urmv <vlutrtnri 1055 NIn1a•r11tl. Itrr JoIIIIs 1057.1 .t;s. B. Coarse Aggregate, The ledge stone from which the coarse aggregate will he produced has to have source approval from the Missouri Department of Transportation (1vIUDOT), Prior to use of the material, the contractor shall submit the current MoDOT source approval letter to tic Engineer for the material proposed for use during construction. Source approval granted for"all types of highway construction"(Product Code 1OOSCACP) 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 X:. 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 AASIiTO test for the material, the test results, and it statement that the material passed, or failed. 'flit, aggregate shall lie sampled and tested for gradation using the following procedures: I. Sampling Aggregaues. siittnplitljc shall be to accordance with AASHTO T 2. 2. Sieve Analvsts of i�inc ;ill(] Coarse Aggregate. The coarse aggregate shall he tested in accnrslance with AASIH() 'I 27 and meet the applicable gradation requirements of the MSSI iC. Sectum 1(1(151. 3. Material Passing No. 200 Sievc. The portion of material passing the No, 200 sieve shall he tested in accordance with AASFI'I O 'I 1 1 and meet tine requirements of the MSSHC, Section 1005.1. In licit of fhc above gradation ies►ing recluiremcnt. the contractor may provide documentation from MoDOT (District Materials Office) indicating that the maierial meets specification requirements, C. Fine Aggregate. Prior to use of material, the contractor shall submit to fhc Engineer a certification from the supplier that the fine aggregate complies with tilt' specification requirements, The certification statement shall be signed by an authorized representative of the supplier and shall he substantially as-follows: "This certifies that the fine aggregate being supplied for this project complies with Section 1005.2 of the 1999 Missouri Standard Specification for Highway Construction." 1), Material Acceptance. Prior to the use of all other materials (cement. admixtures. reinforcing steel, etc.) proposed liar use dtirinj: construction, the contractor shall submit to tae Engineer the appropriate manufacturer's certification per the 1999 MSSHC indicating that the material meets specification CONSTRUCTION MEITHODS raltiircntents. 610-3.1 GENERAL, The Contractor shall furnish all labor. materials. and services necessary for, and incidental to, the completion of all work w; 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 hW such aS to produce satisfactory work; all work shall he subject to the inspection and approval of the I•.nginc-cr. 610-3.2 CONCRE"I'h: COMPOSITION. fhc concrete shill develop it compressive strength of 3.000 psi in 28 days its determined by test c•vlmders made in accordance• with ASTM C 31 and tested in accordance with ASTM C39. The concrete shall contain 5.5 percow of entrained an, plus stir• minus 1.5 percent. as determined by ASTM C ' 231 and shall have it shinip of not more than•1 inches aS determines) by ASTM C 1.13. e 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete Im each structure will be accepted on the basis of die 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 lost 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 tucks. die 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, die flow of aggregates into die hatch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCE'. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may he 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 ASTNI C 94. 610-3.7 MIXING CONDTI'IONS. 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 pertriission 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 dhan 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 and other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by die 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.denm sags.and holes. The internal ties shall be arranged so dial. when the forms are removed, no metal will show in die 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 removed without injuring the concrete or concrete surface, The forms shall not be removed before die expiration of , at least 30 hours frorn vertical faces. walls, slender columns. and similar structures: forms supported by falsework under slabs, beams. girders. arches, and similar consu-aiction shad not be removed until tests indicate that at least 60%x')of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed. as shown on die plans. and shall be firmly held in position during concreting. liars shall be fastened together at intersections. The reinforcement shall be supported by approved rectal chairs. Shop drawings. lists, and bending details shall be supplied by the Contractor when required. s, 610-3.141 EMBEDDED ITEMS. Before placing concrete, any iterns that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coatinl;, 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 falscwork, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of die 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 dean. 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 fonts. 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 tremic, 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 an),day shall be finished during daylight of the same 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 sliall 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 shalt 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. �J 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 they: 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 Nvith 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. floxvint %eater. 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 Mimi -Ss - 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 h,ns been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall he installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved daring die 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 tit 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 FELLING 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 caring 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. � t • r 1 1 1 1 1 1 1 eAPPENDIX i U.S. Department sory of Transportation Federal Aviation Circular Administration Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 1/17/03 AC No: 150/5370-2E DURING CONSTRUCTION Initiated by: AAS-300 Change: 1. THE PURPOSE OF THIS ADVISORS 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 0 areas: "Runway Safety Area,"paragraph 3=2;"Taxiway Airport Improvement Program or from the Passenger Safety Areas/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. VVIiAT THIS AC CANCELS. construction. ' This AC cancels AC 150/5370-2ll, Operational Srrjc.n 5. ADDITIONAL BACKGROUND INFORMATION. on Airports During Construction, dated May 31.2002. t3. 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 plan for an airport construction project. Appendix 4 is Appendix l contains a List of reading materials on a sample Notice to Airmen form. airport construction, design. and potential safety 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 TIME LINE. Administration (FAA)Web site. Supplemental hazard lighting must be red in color by October 1.2004. See paragraph 3-9 for more information. • nAlt DAVID L. BENNETT Director,Office of Airport Safety and Standards . CONTENTS Paragraph Ban T R I 'NTS D O S B L TI 5...............................................Al CHAPTER 1. E�NERaL SAFE Y EQJI BEIVE AN - RESP N_ I I I E_ .L.J.. Qy .. ............................................................................................................................................................Al L-�. ,h, . ..........................................................................................A] CHAPTER2. SAFETY PLANS..............................................................................................................................A3 1 Section 1. Basic Safety Flan Considera icy s....................................................................................................A3 v « ..............................................................................................................................................................A3 Section 2. Safety and Security Megsures . .A4 2-3. Overviem................................................................................................................................................ ...............AS 24, Veh id?e-Qve_r_atiQ-u-a.d a .......................................................................................AS 2j1ons .111 ...............................................................................................................AS t ; ............................................................................................................AS 2 Radio-Comm lnicui.inn Ititin.11V............................................................................................................................A6 , 2:L J•enci anc G-ti 'y ................................................................................................................................................A6 Section3. Notification of Construction Activities. ............................................................................................A6 ?-9. General..................................................................................................................................................................A6 2.14.. Assuring Prom t Ns.()SlsittiSttl�.............................................................................................................................A6 2-11.1. Notices to Airm m—WI ANNU.............................................................................................................................A6 a_-_�: Aircraft Rescue t_t c . _ .: _ __.. . s ......................................................................................A6 2-13. Notification to the FAA.........................................................................................................................................A7 2-14 Work scliedplingjLn. ,,c--(;,o )tL�S n_t................................................................................................................A7 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES ...................................................................................AB Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Obiect-Free Areas....................AS 2:1 R w ,Sa fe.ty Arca (MS lA L olb,_tftcic_f_r4.4__l,.gLC�L7_1 �... AS -?. jwJwav .............................................................................................................A9 Section2. Temporary Runway Thresholds........................................................................................................A9 ,-4. Q v•t-%e; .............................................................................................................................................................. Ac) =5. Markin, Guidelines R rile-mPnr, 'Tt lisp ld............................. , L6, i in> reticle incs for Ten t,cn l) Lr Lc�Jcl. ..................................................................................................A10 Section 3. Other Construction Marking and Lighting Activities....................................................................All ZOvervie.v. ............................................................................................................................................................A l l LS lose 1 1 u,iwav red Taai��dy Mierhl�l i�d(_ighti! ..........................................................................................All .=9. Hazard Markjng and 1.l�.hti..............................................................................................................................A l l 1 Construction Net avigati-wwL kLfN._,,M\JCJ,............................................................................................ Al2 2--I1. Go nstructicrr�,Si e nc 41051 1 1til��cltt4> ...........................................................................................................Al2 LJ) Construction Nbwriit c, • ' 't ................................................................................................. .A13 t .....................................................................................................................A13 3-14. Foreign .......................................................................................................AD Section4. Safety Hazards and Impacts. ..........................................................................................................A13 S ;-1 C)vervie��. ..................................... .....................................................................................................................Al 3) Aiii A pp ondfces ATED READING MAZ'ERLAL................................................................................................AA-1 APi.EhMIX I ITIONC 01'TELAS-UiED-IN-=-LAC ...............................................................................AA-2 A1'.UNDIX 3. ............................................................AA-3 ' :I IX a. s.nMC'L F—MIAN..........................................................................................................................AA-7 AN CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES outer methods,as appropriate. Convene a meeting ibr 1-1. OVERVIEW review and discussion if necessary. Hazardous practices and marginal conditions created by (7) Ensure that constntction personnel know construction activities can decrease or jeopardize of any applicable airport procedures and of changes to ioperational safety on airports. To minimize disruption of these procedures that may affect their wort:. normal aircraft operations and to avoid situations that (K) 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 Platt. construction activities* t}te guidance in this AC iF. primarily used for construction operations, some of the methods and procedures described may also enhance day- (9) Develop and/or coordinate: a construction vehicle plan with airport tenants,the airport traffic control to-day maintenance operations. tower(ATCT),and construction contractors. Include the vehicle plan in tilt:safety plan. See Chapter 2. section 2, 1-2. WHO IS RESPONSIBLE FOR SAFETY of this AC for additional information. DURING CONS'fRUC'1'iON. (10) Ensure tenants and contractors comply M airport operator has overall responsibility for with standards and procedures for vehicle lighting. marking,access, operation.and communication. construction activities on an airport. This includes the predesign.design,preconstruction,construction. and (11) At certificated airports. ensure that each inspection phases. Additional information on these• tenant's construction safety plan is consistent with 14 responsibilities can be Found throughout this AC. CFR part 139,Certification and Operations: Land x. Airport operator's responsibilities— Airports Serving Certain Air Carriers. ' (1) Develop internally or approve a (12) Conduct frequent inspections to ensure construction contractors and tenants comply with the construction safety plan developed by an outside safety plan and that altered construction activities do not consultant/contractor that complies with the saicty create potential safety hazards. guidelines in Chapter 2,"Safety Plans,"and Appendix 3, "Airport Construction Safety Planning Guide,"of this (13) Resolve safety deficiencies immediate]),. AC. ' (2) Require contractors to submit }Mans (14) Ensure construction access complies with indicating how the\, m intend to comply with the safety the security requirements of 49 CFR part 1 542, Airport requirements of the project. ticc ut n\. (1S) Notifj,appropriate parties when (3) Convene a ntectint wish the cunstnu ttc'u conditions exist that invoke provisions of the safety plan contractor,consultant.airport employees, and, if appropriate, tenant sponsor to review and dir,cuss protect ie•g.. implementation of low-visibility operations). ' safety before beoinning construction activity. r b. Construction contractor's responsibilities— (4) Ensure contact information to accurale for (l) Submit plans to the airport operator on ' each representativeipoint of contact identified in the how to comply with the safety requirements of the safety plan. project. ' (5) Hold weekly or. if necessary. dnily salciv meetings to coordinate activities. (2) Have available a copy of the project safety plan. (G) Notify users. especially aircraft rescue and fire fighting(ARFF)personnel. of construction activuy (3) Comply with the safety plan associated and conditions that may adversely affect the operational With the construction project and ensure that construction ® safeety of the airport via Notices to Airmen (NOTANIs) or personnel are familiar with safety procedures and regulations on the airport. Al (4) Provide it point of contact who will c. Tenant's responsibilities if planning coordinate an immediate response to correct any construction activities on 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 t (6) Restrict movement of construction construction-related activity that may adversely affect the vehicles to construction areas by flagging and harricading, operational safety of the airport. erecting temporary fencing,or providing escort:;,as appropriate. (3) Ensure that 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. r A2 ' CHAPTER 2. SAFETY PLANS Section 1. Basic 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: ' a. Actions necessary before starting construction, including defining and assigning responsibilities. b. Basic responsibilities and procedures for disseminating instnictions about airport procedures to the contractor's personnel. e. Means of separating construction areas from ' aeronautical-use areas. • d. Navigational aid (NAVAiD)requirements and weather, ' A3 2-2. SAFET1' PI,AN CiIi?,CKL,IST. m. 'i rcnches and excaviiiions and cover requirements. To the extent applicable, the sal'cty plan should address the following: n. Procedures for notifving ARFF personnel if water lines or fire hvdrams must he deactivated or if u. Scope of work to he perf'ornted,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-free zones(OFZs),object-free areas (OFAs), and threshold citing criteria outlined in AC q. Wildlife management, 150/5300-13,Airport Design, and as described in this AC. This includes limitations on equipment height and stockpiled material, r. ForeirForeign object debris(FOD)control provisions. d. Areas and operations affected by the s, f-lazardou, materials (I-IAZMA'I')management. construction activity. including possible safety problems. t. NO 'I�AM 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 iv. Procedures for contacting responsible cases. representativesipoints of contact for all involved parties. ' 11is should include off-duty contact information so an immediate response may be coordinated to correct ally g. Procedures and equipment, such as barricades construction-related activity that could adversely affect (identify type),to delineate closed construction areas from filee 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 NAVAII)s. i. Required compliance of contractor personnel x. Vehicle operator training. with all airport safety and security measures. j. Location of stockpiled construction materials. !'• 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 ofthe safety plan 1. Vehicle identification. to be activated (e.f!., low-visibility operations. snow removal). Section 2, Safety and Security Measures A4 d. Penalties for noncompliance with driving rules 2-3. OVER 7 EVI'. and regulations. e. Training requirements for vehicle drivers to Airport operators are responsible,for closely monitoring ensure compliance with the airport operator's vehicle ' tenant and construction contractor activity during the ruler;and regulations. construction project to ensure continual compliance with all safety and security requirements. Airport,;subject to f. Provisions fbr 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 the 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 150/5370-1 U.Standards for Specking Construction of in closed areas without a radio if the closed area is Airports, paragraphs 40-OS "Maintenance of Traffic" properly marked and lighted to prevent incursions and a p NOTAM regarding the closure is issued. 70-08,"Barricades, Warning Signs, and Hazard Markings";and 80-04,"Limitation of Operations."At any It. Monitoring procedures to ensure that vehicle time during construction,aircraft operations, weather, drivers are in compliance with the construction vehicle security,or local airport rules may dictate more,tringent plan. safety measures. The airport operator should ensure that both general and specific safety requirements are coordinated with airport tenants and ATCT per::onnel. i. Procedures for. if appropriate,personnel to ft The airport operator should also include these parties in control access through gates and fencint or across aircraft the coordination of all bid documents,construction plans, movement areas, and specifications for on-airport construction projects. ® 2-5. CONSTRUCTION EMPLOYEE PARKING 2-4. 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 fife following items: construction vehicles in an area designated by the airport operator outside the runivay safely areas and OFZs and never on a closed taxiway or runway. Employees should vehicle marking. lighting.. and operation, ' u. Airport operator's rules and regulations for also park constnuction vehicles outside the OFA when not in use by construction personnel (e. 1 f,.,overnight, on weekends. or during other periods when construction is h. Requirements for marking and identifying not active). Parking areas must not obstruct the clear line ' vehicles in accordance with AC' 15(1152]0-5.I'airrting• of sight by the ATCT to any taxiways or runways under Marking, and Lighting of 1•'ehicles Used on an Airport' air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FAA must also study ' c. Description of proper vehicle:operations on those areas to determine effects on 14 CFI2 part 77, movement and nonmoventcut areas:under nornial, lo4.t O ects Affectirng Navigahle Airspace,surfaces (see communications•and emergency conditions. paragraph 2-13 for further information). ' as 2-7, RADIO('OMMIINI('A'i'ION 'I'ItA1NING, 11.ven though radio coninitnucatlon is in,unlained. escort vehicle drivers nius► also hituiluirtze themselves with A'i'CI' light pun signals in the event of radio failure(sec The.airport operator must ensure that tenant and the FAA safety placard"Ground Vehicle Guide to Airport construction contractor personnel engaged in activities Signs and Markings"). 'Phis safety placard may be involving unescorted operation on aircraft movement ordered through the Runway Safety Program Web site at areas observe the proper procedures for conununications, http://tnww.faarsp.or{;or obtained from ihr Regional including using appropriate radio frequencies at airports Airports Division Orrice. with and without ATCTs. 'I'raining of contractors on ' proper communication procedures is essential for maintaining airport operational safety. When operating 2-8. FENCING AND GA'Z'ES. vehicles on or near open runways or taxiways. construction personnel must understand the critical Airport importance of maintaining radio contact with airport Airport operators and contractors mart take care to operations, A'I'C'1, or the Common Traffic Adelson, maintain a high lL'VCl of'safety and SCCl1I.111'during Frequency, which may include UNICUM. MUL'i7C'OhQ. construction when access points are created in file security or one of the FAA Flight Service Stations(FS.`;).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-wav radio with the A'I C'I, escort, should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit flagman,signal light,or other means appropriate For the particular airport. Vehicle drivers must confirm by "piggybacking" behind<tnodter person or vehicle. The personal observation that no aircraft is approaching their Department of'rransponation (I)OT'1 document position when given clearance to cross a runway. In I)C)'1'/FAA'Alt-00,'52. Jlcrcrunlnlended Sec:uritr Guidelines addition, it is the responsibility of the escort vehicle driver .specific Airport Planning and Construction.provides more to veriA,the ntovementiposition of all escorted vehicles at specific information on fencing. A copy of this document 1 can be obtained from the .Airport Consultants Council. any given time. Airports Council International, or American Association of Airport Executives. Section 3. Notification of Construction Activities control center. Refer to AC 1 ip.'5200-28.Notices to 2-9. GENERAL. airman (N07]411sr.ior•:Ihport Operators, and Appendix 4 in this AC for a sample NOT'AM tortll. Only the FAA may is sue or cancel NOTAMs on shutdown or irregular In order to maintain the desired levels of operational operation of FAA-owned facilities. Only the airport safety on airports during constniction activities. the safety operate r or all authorized representative may issue or plan should contain tit: notification actions described cancel NOTAMs on airport conditions. (The airport below. mvnen operator is the only entity that can close or open it 2-10. ENSURING PROMPT NOTIFIC'AT'IONS, rumvay.) The airport operator must file and maintain this list of authorized representatives with the FSS. Any person having reason to believe that a NOTAM is The airport operator should establish and follow missing. incomplete• or inaccurate must notify the airport procedures for the inunediate notification of airport users Operator. and the FAA of any conditions adversely affecting the operational safety of an airport. 2-12. AIRCRAFT RESCUE AND FIRI: I�IGII'1'ING (ARFF) NO'i'Ih1CA'f 10N. 2-11. NO'1'10ES'1'O AIRMEN (NO•I'AN1S1. ' Flic safety plan ]Must provide procedures for notifying The airport operator must provide infOr•rnation on closed ARFF personnel, nnitual aid providers, and other or hazardous conditions on airport movement areas to the emergency services i f construction requires shutting off or ' FSS so it can issue a NO'I'AM. The airport operator must otherwise disruptin(' any water line or fire hydrant on the coordinate the issuance. maintenance,and cancellation of 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 firr notifying ARFF facility(control tower. approach control. or air traffic, A.6 and all other emergency personnel when the work Construction or Alteration of Oh)ecis that Mar Affect the 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 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 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 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. 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. 150/5300-1,Predesign,Prebid, and Preconstruction Conferences for Airport Grant Prgjects). 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 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 t ® Alteration,can be used for this purpose and submitted to out onsite inspections throughout the project and the FAA Regional Airports llivision Office or Airports immediately remedy any deficiencies,whether caused by District Office. (See AC 70/7460 Proposed negligence,oversight,or project scope change. • A.r 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 (see AC 150/5300-13). The temporary use of declared Airport operators must use these safety guidelines when distances and/or partial runway closures may help provide preparing plans and specifications for construction the necessary RSA. activities in areas that may interfere with aircraft 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 tWs reason, these safety t guidelines should not he incorporated verbatim into Requirements, of AC 150/5300-]3. Consult with the appropriate FAA Regional Airports Division Office or project specifications. For additional guidance on Airports District Office to determine the.appropriate meeting safety and security requirements,refer to the approach surface required• planning guide template included in Appendix 3 of this AC. (2) Personnel,material,and/or equipment must not penetrate the OFI_,as defined in AC 150/5300- 3-2. RUNWAY SAFETY AREA (RSA)/ 13. OBSTACLE-FREE ZONE(OFZ). (3) The safety plan must provide procedures for ensuring adequate distance for blast protection,if A runway safety area is the defined surface surrounding required by operational considerations. the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an tmdershoot, (4) The airport operator must coordinate overshoot,or excursion from the runway(see AC construction activity in this portion of the RSA with the 150/5300-13,Airnnrt Design). Construction activities ATCT and the.FAA Regional Airports Division Office or Condit the standard RSA are subject to the f'ollnwing appropriate Airports District Office and issue a local conditions: 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 prominently mark open trenches and excavations at the runway is closed or restricted to aircraft operations. construction site with red or orange flags.as 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(sec hours of restricted visibility or darkness. AC 150,15300-13,T 3 Tables 3-1 through -3). ' (2) Personnel, material. and/or equipment (2) Open trenches or excavations are not permitted within 200 feet (60m)of the runway centerline must not penetrate the 01--Z.as defined in AC 150!5300- nd at least the existing RSA distance from the runway 13, 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 safety area cannot be obtained through declared Office or appropriate Airports District Office and issue a distances and partial closures,or odier methods such as alternate local NOTAM. runway use,construction activity may operate in the RSA as lung us conditions cited in paragraph 3-lb(2)thtu (4)arc met. in , addition.various surtitccs outlined in AC 150.15300-13 and b. Runway ends. 'Ferminul Instrument I,i ocvdures(TERPS)must be protected throw-h an aeronautical study. (l) An RSA must be maintained ofsuch dimensions that it extends beyond the end of the runway a A8 ' he opened before excavations e hack[ lled covet- the (3) Markin f!and It ghtin b meeting the mcavations appropriately. Coverings for open Irenclles provisions of flaragrahh 3-ft arc 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 clearanc:c can only be maintained if an aircraft does 3-3. TAXIWAY SAFE TY AREAS/OI3 ECi' not have full use of the entire 1~xiway width (with its main laruling gear at the edge of the pavement),then it FREE AREAS, will be necessary to move personnel and equipment for each passing aircraft. in these situations, flag persons will It Unrestricted conStr�ction activity is permissible to direct construction equipment,and wing adjacent to taxiways when the taxiway is restricted to walkers may he necessary to guide aircraft. Wing walkers aircraft such that the available taxiway safety area is equal should he airline/aviation personnel rather than ® to at least '/of the widest wingspan of the aircraft ronStlu00011 workers. Ali expected to use the taxiway and the available taxiway obieet-free area is equal to at least .7 times the widest b. Construction contractors must prominentiv mark wingspan plus 10 feet. (Sec AC 150,15300-13 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: e. 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 Lind lighted per paragraph -9 "I-lazLird Marking and Lighting." (2) Appropriate NOTAMs arc issued. Section 2. Temporary Runway Thresholds Runway 36 for arrivals and departures.''There may be 3-4. OVER�'Il:�''' situations where the portion of closed runway is available fin taxiing.only. If so, the NO'TAM 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. ]n 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.Aiiporr Design, Objects that do not length available for aircraft landing over the penetrate these surfaces may still he obstructions to air drsplacem:nt. Depending on the reason for file navigation and inay affect Standard instrument approach displacement Ito provide obstmetion 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 15015300.13 for guidance on threshold siting includes personnel,equipment. excavation, etc, within the requirements. The partial runway closure,the i:SA 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 A'I'CT personnel and airport users. Caution regarding partial runway closures: When 3'S 1\1•AitlaNG CtJll)Ei,INl S hl-)R filing a NOTAM for a partial runway closure. clearly state 1'1.:1\7! URAR1' '1'IiltEShlOLI). 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. "'hen construction personnel and equipment are different than a displaced threshold). located close to any threshold. a temporan,visual NAVAID. such as runway end identifier lights(REEL), Example NOTAM: "North 1,000 feet of Runway 18'36 is inay be required (even on unlighted runways) to define ' closed: 7,000 feet remain available on Runway IN and the new beginning of the rtulway clearly. A visual A9 vertical guidance device,such its a visual approach slope (b) At 14 CT'R part 139 certificated airports, indicator(VAST),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 part 139.309). may be necessary to assure landing clearance over However. at noncertifrcated airports. the temporary personnel,vehicles,equipment, and/or above-grade elevated threshold markings may either be mounted with stockpiled materials, If such devices are installed, ensure it frangible fitting or he flexible. See AC 15015345-39. an appropriate descriptive NnTAM is issued to inform pilots of these conditions. The current edition of AC 1). The application rate of the paint to mark it short- 150,!5340-1, Standards for Airport Markings, describes t standard marking colors and layouts. In addition, we standard ttemporary rumvay threshold may deviate from the w i' recommend that a temporary runway threshold be marked standard( ee Item -620,"Runway and Taxiway using the following guidelines: fainting." in AC 150/5370-10,Siatrdards for'Speer/vtng Construction ofAirpor•te). but the dimensions must meet the existing standards, unless coordinated with the a. Airport markings must he clearly visible to appropriatc offices. pilots;not misleading. confusing.or deceptive:secured in place to prevent movement by prop wash,.jet blast.wing c. When a ntnway is partially closed, the distance vortices. or other wind currents and constructed of materials that would minimize damage to an aircraft in r'cr»;fining sign:: for aircraft landing in the opposite m the event of inadvertent contact. direction should he covered or removed during tite construction. (1) Pavement markings for temporary closed portions of the runway should consist of yellow chevrons 3-0. LIGHTING GUIDELiNES FOR to identify pavement areas that are unsuitable for TEMPORARY THRESHOLD. takeoff/landing (scc AC• 150!5340-1). if unable to paint the markings on the pavement. construct them front any of the following materials: double-layered painted snout A temporary runway threshold must he 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 tcntporan 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 its possible.hilt 1101 to exceed 3 inches(7.6cm) above runway markings.such as runway designation markings ground. When any portion of, base is above grade,place properly co and aiming point markings,depending on the length of compacted fill around the base to minimize the. construction and type of activity at the airport, rate ot•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 15015370-10). Vve identify the temporary beginning of the runway that is recommend that the Billowing bc• observed when using available for landing, use a white threshold bar of the temporary runway threshold lighting: dimensions specifird in AC 15(115340-1. u. Maintain threshold and edge lighting color and (4) 1 f temporary outboard elevated or flush spacing standards as described in AC 150,'5340-24. threshold bars are used• locate them outside of the ntnway Rrtnttvn and Ia.t"iwaY T;d�Ic Lighting Svswin pavement surface,one on each side of the runway. They Battery-powered, solar. or portable lights that meet the should beat least 10 feet (ant) in width and extend criteria in AC 150'5345-50, Sjrc crtiarriun"far Porruhlc outboard from each side of the runway so they are clear}•• Rtrrrtrel'v Lights. pray Tie used. These systems arc intended visible to landing and departing aircraft. These threshold primarily for visual flight rules(VFR) aircraft operation ' bars tare white. Ifthe white threshold bars are not but nttiy be used for instrument flight rules (1FR) aircraft discernable on grass or snow, apply a black background operations.upon individual approval from the blight with appropriate material over the ground to ensure the Standards Division of the applicable FAA Regional markings are clearly visible. Office. ' (5) A temporary threshold may also he marked with the use of'retroreflective. elevated markers. b. When the runway has been partially closed, Urge side of such markers is green to denote the approach disconnect edge•and threshold lights with associated end of the runway: the side that is seen by pilots on isolation transformers oil that part of the runway at and rollout is red. Sec AC 150!5345-39.FA.-I.Specification 1.- behind the threshold (i.e., the portion of the runway that is 853, RunliwY and Taxitva,r Rcir•orcllc•cm,c•Alarker•s closed). Alternately,cover the light fixture in such a way , " its to prevent light leakage. Avoid removing the larup A10 ' from energized fixtures because an excessive number of c, Relocate the visual glide slope.indicator(VOSI). isolation transformer::with open secondaries may damage such as VASI and PAPI; other airport lights,such as the regulators and/or increme the current above its normal REIL: and approach lights to identify the temporary value, threshold. Another option is to disable the VCiS1 or any equipment that would give misleading indications to pilots its to the new threshold location. Installation of c. Secure,identify,and place any temporary temporan�visual aids may be 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 VCISI, coordinate its installation or disabling with the local d. Reconfigure yellow lenses(caution zone), as Airway Facilities Systems Management Office, necessary. If the runway hay r-riterline lights, reconfigure the red lenses,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, it. 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 lighting 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 in"X" at the entrance of the closed taxiway. of temporary construction lighting, especially batterv- powered lighting since weather conditions can limit h. 'Temporarily closed runway and taxiways, battery life. For runways that have been temporarily closed,place an 3-8. CLOSED RUNWAY AND TAXiMIAl' "X"at 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 150,15340-1, S landm-ds for Ahpon blackings. A veryeffective and referable visual aid to depict temporary closure is tite When the airport is closed temporarily, mark the runways ghted"X"signal placed on or near the runway as closed and turn off the airport beacon. 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 hallowing materials: Vdhen the airport is closed permanently,marl: the double-layered painted snow fence, colored plastic, runway.~as pel-rnanently closed. disconnect the airport painted sheets of plywood,or similar materials. 'I'hc!' beacon,and place an "X" in the segmented circle or at a must be properly configured and secured to pi'eyew central location if no segmented circle exists, movement by prop wash,jet blast. or other wind currents. ' In addition, the airpon operator may install barricades. traffic cones.activate stop bars. or other acceptable visual 3-9. hfAZARD MARKING AND IAGII'f ING. devices at major entrances to the runways to present aircraft from entering a closed portion of ninway. 'file Provide prominent. comprehensible warning; indicators ' placement of even a single reflective barricade with a"do for any area affeeted 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 it closed runway. If the appropriate hazard marking and lighting may prevent ' taxiway must remain open fior aircrafi crossings. damage, ir>_jury, traffic delays, und'or facility closures. OAll Hazard marking, and lighting must restrict access. and with an aircralt of any of its Conlponrnts;: and well!htcd or snake specific hazards obvious to pilots• vehicle drivers, stitrdtlw mulched Io the murface to) prevent dlsplacenlent and other personnel. Barricades, traffic comes (weighted from prop wash, set bll►st, wing vortex, or other surface or Sturdily attached to the surface), or flashers are wind currews. It' affixed to the surface, they must be acceptable methods used to identify and define the hmits frangible tit grade level or as low as possible, hilt sat In of construction and hazardous areas on airports, exceed 3 inches (7.(uum) above the ground. Do not use nonfranldblc hazard markings, such as concrete barriers Provide temporary hazard narking and fighting to prevent anchor metal-drum-type harrtcades. in aircraft movement aircraft front taxiing onto a closed runway for takeoff and areas. I)u not use railroad tics. on runways. to identify open manholes., small areas under repail. stockpiled material. and waste areas, Also consider less 1 isc highly reflective harriers with flashing or steadv- obvious construction-related hazards and include burning red lights to barricade taxiways leading to closed markings to identify FAA, airport. and National Weather runway;. Flvaluate all operating factors when determining Service facilities cables and power lines: instrument how to slur); temporary clomres that can last from 10 to landing System OLS) critical areas: airport surfaces, such 15 minutes to a much longer period of time. However, as RSA.OFA. and OF%: and other sensitive areas to make we strongly recommend that, even for closures of it easier for contractor personnel to avoid these areas, relative!\, short clurarroa, major tamwavirunwav intersections be identified with barricades Spaced no The construction specifications must IIICludc a provlStcnl greater than 20 feet ((,al) apart. Marl: (he harrtcades, with requiring the contractor to have a person on call -14 hours a flashirlls or steady-burning red light. At a nttninnum. use u day for emergency maintenance of airport hazard a snlldc hairlcadc placed on the taxiway centerline. lighting and barricades. The contractor must file tilt contact person's information with the airport. 3-1 it. C ONS'f RUC:"11ON NFIAR NAVIGATIONAL AIDS (NAVAIDS), a. Noamovement areas. ( onsn'uclion :n,tivitic•s; storage, and Indicate construction locations on nunmvement area- in par vchicle kings n u• ear elecomc• NAVAIDs require special which no part of an aircraft may enter by ousing barricades consideration since they may Interfere with signals that are marked with diagonal,alternating orange and while stripes. Barricades may be supplemented with t:11er•natim (sscntial to air navirilliun. {?valuate the effect of eonsnucnon icctivity and the required distance and orange,lad white 1]ags al leas) 20 by 20 inches ("Sb by 5(1 direction from the NAVAI l) for each construction project, cm)square and made and installed so th(\ are always nl all Pa\,particular at ennon u, stockpiling material. its well as ' extended position,properly oriented,and securek f:ISlened It, illovelllCltt till(] parking c)fequipment (hilt ltlil\'interfere• to o iminate jet engine ingestion. Such barricades may he with hoc ol':.il!ht lion) the A'1'C"f or with electronic many diflerent shapes and made from ls. various maicria including railroad ties, sawhorses,terse\,harriers.or clulsslnns. Interference from construction nw\' rcyuire han'els. During reduced visibility or night hours. NAVAll)shutdown nr taftustnlenl of ilISlnnnent apvisibility supplement the barricades with rod lights. cilhcr Ilashinl". ill nnnununls fog II'1:. `Phis ronduion rcyun•cs that tI steady-horning, whie;h should meet the luntinallce Nc 1'1;1(\! h(• filed. ( c,nstruction tu:tivities and requirements of the State f iighwa\,I)cparuncnt (vcllots nlatcrulh;�celulpnu•nt slurttltr scar ;I NA\'.All1 nsu� also t libSll"I1Cl a(TVSS ie' the• (•(Ili MIC111 lllld HIS011111Cllts fur' lights are not acceptable after(lctobel I.2O(1.11. 'I'ht IIi;unt utnlcc Itclorc cunline ncinls construction activil}, intensity of the lights and spacing for harricadv flats and lights must adequately luld without tilt h''iIIIII' vehicle!'. of stot•rill' Conslrtic•ttotl C(fulpnrem and hazardous area. nlatellab,near it NA\ All I. consult with the ncarvm FAA AIf-waY I acilttics, (tffi(c b. Movement areas, z.11. CONSTRUCTION tiITL' ACCESS AND Use orange traffic cones: red liphls. either flas'lum, or 111AU1. It(1 RS, steady-burning. which should rneet th(• luminance requirements of the Stale Highway Department r*vvllos( i)Clel't1lille the consu•ucljon contractor's uccel;S to the lights are not acceptable after October 1. 2(IU•1): cunsuticuorl saes, and haul roads. Do not pernm the• collapsible barricades market) will) diaLonal• aliernalitiv (onstrucuun contractor Io use•lilt\,access, or haul roads orange and (white stripes: and or signs n• Separate all other than those approved. C onsirticuon controclors must ' consiructioninnaintenance areas front the rlluVCllllinl area. submit spccific proposed routes associated with All barricades, temporary markers, and othei ob,Wcls construction i:ctivn.ies to the airpon operator lot . placed and left in safety areas associated with and, open ewalualiou and approval as part of the safet\,plan before nmwa\,, taxiway. or taxilane must he as low as possible to hcleuuunls construction activtue•s, "These proposed routes ' the ground: of low mass: easily collapsible upon Cortina must also provide spt•.cificauons to prevent inadverlcni Al2 ' entry to movement areas. Pay special attention to ensure circ.un►stances should flare pots lie used within the AOA that AitPP right of way on access and haul roads is not at any time. The use of electrical blasting caps must not impeded at any time and that construction traffic on haul he pemiitted on or within 1,000 feet (300m) of the airport roads does not interfere with NAVAIDs or approach property(see.AC 150!5370-10,SrandarrJs.lnr Sju-cf ring,, surfaces of operational runways. Cnnsn•ucNrm ofAirporls). 3-12. CONSTRUCTION MATERIAL 3-14. FOREIGN OBJECT DERRIS FOD STOCKPILING. MANAGh;Mi:NT. ' Stockpiled materials and equipment story w are not Wuste and loose materials,commonly referred to as POD kp 1 , permitted within the IZSA and 01",7,of....operational arc capable of causing II►trrage to aircraft larding gears, runway. The airport operator must ensure that stockpiled propellers,and jet engines. Constructirnt contractors must materials and equipment adjacent to these areas are not (cave or place 1.01)on or near active aircraft prominently marked and lighted(filling hours of restricted movement areas. Materials tracked onto these areas must visibility or darkness, This includes cietcrrnining and he continuously removed during the construction project. verifying that materials arc stored at an approved location We also recornrnend that airport operators and to prevent fioreign object claniage and attraction of wildlife, construction contractors carefully control and continuously remove waste or•loose materials that might attract wildlife. 3-13. OTHER LIMITATIONS ON CONSTRUCTION. rContractors may not use open-flame welding or torches unless adequate (ire safety precautions tare provided and the airport operator has approved their use. Under no Section 4, Safety Hazards and Impacts 3-15. OVI.RVIEW. d, l heavy equipment (stationary or mobile) The situations identified below arc potentially haz;udaus operating or idle near AOAs, in runway approaches and conditions that may occur during airport construction departures areas.or in C)1 7s. projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or C. liquipn►cu;t or material new NAVAIDs that may uncovered hole;and trenches near aircraft operauug 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 contractor•S Should CUnSIdff the• critical areas, resulting in electronic in►erf'crence and/or following when perlorm►ng Inspections of'construction lac:ility shutdown. activity: ' f. 'fall and especially relatively low-visibility units a. 1;xcavation adjacent, to runway,. taxiways.and 1 i.e.. equipment with slim profiles)—cranes, drills. and aprons. similar object:--located in critical areas, such as OPZS and approach zones. ' h. Mounds of curtly, construction materialS. temporary Su•ucturcS. aucl other obstacles nc:u•;unV Open Improperly positioned or malfunctioning lights runway, taxiway, or uaxihmc: lit the• related Ohicct-frcc, or unlighted airport hazard S.Such aS hOICF or excavations, e area and aircraft approach or departure areas I zones:of on any apron,open taxiway,or open taxilane or in a obstructing any sign or marking, related safety. approach, or departure area. c. Runway restirhacing protects resulting. nu lips h. Obstacles. loose• pavement, trash,and other exceeding 3 inches(7.(acn►) fron pavemem edges mill debris on Or near A(aAs, Construction debris(gravel, ® ends. Sand. mud, paving materials. etc,)tin airport pavements ' nmy result in aircraft propeller. turbine engine, in•tire.: A13 datnahc, Also,loose materials may blow about, Any condition or factor thnt obscures or diminishes the potentially causing personal injury or equipment da►nage. visibility of areas under construction. L Inappropriate or poorly maintained fencing t. Spillage from vehicles(gasoline,diesel Iirel,oil, during constriction intended to deter human and animal etc.)on 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 ibr it runway incursion. Inadequate or improper methods of marking. barricading,and lighting of temporarily closed portions of AOAs create aviation hazards. k. 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 Obstructon 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 service~: and/or loss of communications. p. Restrictions on AIM"access from lire station, 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 Ihcy are marked or flagged,or activities anywhere on or near an airport that could be distracting.confusing, or alarming to pilots during aircraft operations. s. Water,snow,dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking. lighting, and pavement edges. ' A14 1 v. Failure to provide for proper,electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers,construction contractors should snake provisions for coordinating work on circuits. w-. Failure to control dust. Consider limiting the amount of area froth which the contractor is allowed to strip turf. x, 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 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 150/534(1-18, ,StundurdsfarAirPort Sfgrr st http://wwH•.futt.govlurp!• In addition,these ACa are Sverns, Contains for standards fr the siting and i available by contacting the S.Department of rinstallation ol'signs on airport runways and taxiways. U. Transportation, Subsequent Distribution Office, SVC. 121.23,Ardmore East Business Center,3341 p 7511) i. AC 150/5345-28, Precision Approach Path Avenue, Landover.MD 20785. Contains the FAA standards for PAN systems. which provide pilots with visual glide ' a. AC 150!5200-28,Notices to Airnwn (NOIAM slope guidance during approach for landing. for Airport Operators. Provides guidance for the use of the NOTAM System in airport reporting. j. AC 150!53 80-5, Debris Hazards at Civil Air/u,r•ts. Discusses problems at airports,gives b. AC 150/5200-30 Airlror•t lViinter•SafetY and information on foreign objects, and explains how to Operations. Provides guidance to airport cl+minau:such ob,Iccts from operational areas. owners/operators on the development of an acccptabic airport snow and ice control program and on appropriate k. AC 70'7400-2, Proposed Constmetion or field condition reporting procedures. Alteration of 01)iects that Mar iffiest the Navigable Airspace. Provides information to persons proposing to e. AC 150!5200-33.Hazardous 1I rldlili .4lnuctant+ erect or alter an object that may affect navigable airspace On or Near Airports. 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, hi e. AC 1506220-4, 14'ater Supph,.Si steers for• addition,the FAA makes these ACs available at no charge Aircraft Fire and Resem,Prowrrion. Provides guidance on the U%c1) site at http:/hrKwJaa.�!ov/arp/. for the selection ofa water source and standards for the a. AC 150,15300-13.Airport Desi��n. Contains design of t+distribution system to support aircraft rescue FAA standards and recommendations for airport desigm, and fire fighting service operations on airports. establishes approach visibility minimums as an airport design parameter. and contain.,;the ohject-free area and G AC 150!5340-1,Standards for Air-poet Uurking . the obstaclr free-zone criteria. ($26. Supt. Does.) Contains FAA standards for markings used on airport SN050-007-01208-0. ' runways, taxiways. and aprons b. AC 150!5370-)O.Stanlat-ds.for-Specif,ing g. AC 150!534(1-1413,L'c.•onomy Approach Lightiny Construction:gfAirport.c. 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. MS. Supt, Docs.) SNO50-007- ' 0521-U. • ' AA-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AiR OPERATIONS AREA (AOA). Any area of R. Olt.)F.0 T-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 taxilune 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 ofob,jects 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(sec runways, taxiways, or aprons. AC 150!5300-13,Airport Design, for additional guidance on OI�A standards and wingtip cicuruncc.criteria), 7.. CONSTRUCTION. 'The:presence and movetncnt of construction-related personnel.equipment, and materials 9. OBST'ACLEI-FREE 'LONE(OFZ). The airspace in any location that could infringe upon the movement of below 150 feet (45rn)above the established airport aircraft, elcvetion and along the runway and extended runway centerline that is required to he clear of all objects,except 3. CERTIFICATED AIRPORT. An airport that has for frangible visual NAVAiL)s that need to be located to been issued an Airport Operating Certificate by the FAA the 017 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 tfie milway and for missed approaches(refer to AC its subsequent revisions. 150.'53(1(1-13 Rrr guidance on OFZs). 4. FAA FORM 7460-1,NOTICE Oh PROPOSED 10. RUNWAY SAFETY AREA (RSA). A defined CONS'rRUCTION OR ALTERATION. The form surface surrounding the runway prepared or suitable f'or submitted to the FAA Regional Ali-']raffic of 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'eonstniction or alteration of objects that affect accordance with AC 150,15300-13. navigable airspace, as defined in 14 CFR part 77.Objects Affecting,Navigable Airspace (sec AC 7(1,7460-2. 11. TAXIWAY SAFETY AREA. A defined surface Proposed Construction or Aberration of Objects that Airs alongside the taxiway prepared or suitable firr reducing Affect tlic Navigable Airspace. found at the risk ofdamage to an airplane unintentionally httpa/wvirr.tau.);t►v/r+rp/1. departing the taxiway, in accordance with AC 150'53(1(1- S. FAA FORM 7480-1,NOT)CE, OF LANDING AREA PROPOSAL. Four, suhrnitted to tLe FAA 12. 'I'11RESNOI,I). The beginning of that portion of the , Airports Regional Division Office or Airports District runway available Ibr landing. In some instances, the Office as formal written notification whenever a project landing threshold may he displaced. without an airport layout plan on file with the FAA involves the construction of u new airport: tile 13. D151'1,AC'i:U TI1RCShIOLll. The portion of ' constnuction. realigning. altering, activating.or pavement behind a displaced threshold that may be abandoning of ii runway. landing strip, or associated available for takeoffs in either direction or landing from taxiway; or the deactivation or abandoning of an enure the opposite direction, ' airport (found at http://tivvivi.fart.);nv/ctrl►/1. lit. VISUAL GLIDE; SLOPE INDICATOR (VCS)). 6. MOVEMENT AREA. The runways, taxiways. and 'i'his device provides a visual glide slope indicator to other areas of an airimi-t that air used for taxiing or hover landing pilots. These systems include precision approach taxiing. air taxiing, takeoff,and landing of aircraft, path indicators (1'AI'Is), visual approach slope indicators exclusive of loading ramps and aircraft parking areas (V)\Sls). and pulse light approach slope indicators (reference W CFR part 134). (PLASIs). 7. OBSTRUCTION. Arts(ill jrcvobstacic exc►cdrng the obstruction standards specified by 14 CFR part 77. subpart C, ' AA-2 ' APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix provides ui►7,urt uperutwr'` , C0NSTRt1C'TI0N MAINTENANCE,AND with boiler7,latc•%n•nun acrd Iwr,Quagv.Jwr dc•velonin,a " safe i'planfur an air7,ort construction pr•olect. Adapt this FACTLI'i IES MAINTENANCE. appendix, as applicable, to s1weilic condition.;found on ' the airport,%r which the plan is beintz dew4operl. Coneider including a cwJ>v oJ'tJri,c sgletr plan in the Before beginning any construction activity, the contractor consnwction drawings Iwr wxv access by conu'actor nntst, through the airport operator, give notice (using the personnel. Plans should contain 1111(ollo)vin� 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 SAFE'T'Y REQUIREMEXI'S. such areas to standard conditions, the contractor must, through the airport operator. verify the cancellation of all throughout the construction project,the (allowing safety notices issued via the NOTAM System. Throughout the and operational practices should 1)c observed: duration of the construction project,die contractor must- ' a. Be aware of and understand the safety problems • Operational safety should he a standing agenda and hazards described in AC 150,'5370-2. Operational item during progress meetings throughout the Saietr on Air7uwts During Consn•nction construction project. • The contractor and airport operator must perform h. Conduct activities so aS not to violate any safety onsite inspections throughout the project, with standards contained in AC 1 50'5370-2 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 take all actions accessary to prevent or should be controlled to minimize disturbance w remedy any unsafe or potentially unsafe condition:;as the as they are discovered. e contractor's operation. • Contractor,Subcontractor. and supplier 3, APPROAC11 CLEARANCE TO RUNWAYS. employees or any unauthorized persons must he restricted front enterin" an airport area that would he hazardous. Runway thresholds trust provide an unobstructed • Conswiction that is within the safcn'area of an approach surface over equipment and materials. (Refer to active runway• taxiway, or apron that is Appendix 2 in AC 150'5300-13, 4117101-t Devi m, for performed under normal operational conditions guidance in this area.) must he performed when the runwa\. taxtway, nr apron is closed or use-restricted and initiated ' only with prior pern)ission from the airport 4. RU'N'WAY AND TAXIWAY SAFE=TY AREA operator. (RSA AND TSA). • The contracting officer. airport operator, or other designated airport representative may order thr contractor to:suspend operations: n)cwe' Limit construction to outside of the approved RSA,as personnel, equipment. and materials to a salr shown on the approved airport layout plan—unless the location:and stand by until aircraft use is runway is closed or restricted to aircrafi operations. completed, requiring a lesser standard F:SA that is equal to the 16A • available during construction(see AC 150'5370-2 for exceptionst. Construction activity within the TSA is permissible when the taxiway is open to at 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. condition::are conspicuously marked and lighted: and local NOTAMs arc•in effect for the activity(see AC' • Prevent personnel, material,and,-or 1505300-13 for wingtip clearance.requirements). The equipment,as defined in AC 150'5300-13, NOTAM should state that,"personnel and equipment are Paragraph 305,"Obstacle Free Zone working adjacent to Taxiway_." (OFZ)," from penetrating the OFI_, • Coordinate construction activity with the ' it. 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 operations,requiring a lesser standard 166 NOTAM. Complew the dloii ing rhar•t to determine•the urea that nnrct 17c protected along the rurrnan edges: Runway 4 :Ain6tnft Apprnae}t :Airplane RSA'Width in'ficetDividedby 2* -Catc,gory'* ; Designairoup :B,!C;,or'rU 1 I;II,1II,or N *Sec AC 150/5300-13.Airport Design, to complete the chart fora specific runway. b. Procedures for protecting runway ends. • Prevent personnel. material, and/or equipment. as defined in AC 150,'5300-13, from penetrating • Maintain the RSA from the runway the obstacle-free zone, threshold to a point at least the distance froni the runway threshold as existed before • Insure adequate distance for blast protection is construction activity--unless the nmway is provided, as needed. closed or restricted io aircraft operations, requiring an itSA 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 inay involve the use of declared drstanccs operator. issue an appropriate NOTAM. and partial runway closures(sec. AC' 15015370-2 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'_', "Threshold Siting aircraft and incorporate safety measures for Requirements,"of AC 150/5300-13. constn,ction workers in the contract docurnerlts. • AA-4 Con1j)IC11,theJ611olving chart to ilvierminv Ilia urea that nuts(bc protected befory the►•iinviwY thivshold. ,Ap :Tn'artwthe! Appr'Pap i's Ope i.Catcgcyy* 'it I mloi:ilv -03i,CoorD 4 . FEET 1 to(threshold) FEET I to(threshold) FEET I to(threshold) I to(threshold) *See AC 150.'5300-13,INT01-1 Design, to complete the chart fora specific runway. visibility and at night. identify hazardous areas with Ted 5. MARKING AND LIG11TING FOR flashing or steady-burning lights(specify). The TEMPORARY 'ri-IRESHOLDS. hazardous area marking and lighting will be supplied by the airport operator/contractor. as specified in the Marking and lighting for a iemporary threshold is_ Contract. and will be depicted on the plans. not required. The airport owner or contracto . as specified in the contract.will furnish and maintain markings fbr temporary thresholds. Precision approach 8. TENIVORARV LIGHTING ANT) MARKING. path indicators(PA111s) or •unwav end identification light,s(REIL)are___ /arc not required. The airport Airport markings, lighting. and/or signs will be altered in owner or contractor,as specified the contract, will the following manner(specify) during the period from furnish and install all temporary lighting. Include to The alterations arc depicted on die appropriate items per AC 150/5370-2.Chapter 3."Safiety plans. Standards and Guidelines," Ifin(jr-king and lighting.for the ieny)w-eny threshold is not required, delete this seciio►7 of the sqfeo,plan. 11 visual aids and or nja •kinl,.!.� 9. VEHICLE OPERATION MARKING ANI) twe necessai-v,pivvidc details. Oncht(le applicable' 1.1 CONTROL. CFI?part 77 sioJjcuv in Ili(, conti-act docionents.) Include the followiiig,provisions in the cow',iniction contract. and address them in the safety plans: 6. CLOSET) RUNWAV NI.-WKINGS AND LIGHTING, -it. When any vehicle.other than one that has prior The following must be speci fied for closed runw,ivs, approval front the airport operator. must travel over any Closed runway niarkinuarc air nor required. portion of in aircraft movement area. it will be escorted Closed runway markings will be as shown on the and properly identified. 'I o operate in those areas during plans___ /as himished by thean-pon d,aylight hours. the vehicle must have a flat,, or beacon owner—­/other (specify). Barricades. flagging• attached to it. Ali\,vehicle operating an the movement and flashers arc_­.­tare not­­ i requ red ,it -laxiway­ area,-during hour darkness or reduced visibility must and ]Zunwav and will be supplied by the airport be equipped with a flashing dom•-wpe light, the color of /Other­­-(speci fv). which is in accordance with local or state codes. 7. HAZARDOUS AREA MARKING AND h. li may iv desirable to clearly idcntifv the LIGHTING, vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each Side of Hazardous areas oil the movement area will lie marked On. vehicle. The identification S.Valbok should he at with barricades. traffic cones, flags.or flashers(specify). nininnuin 8-inch (20-cm)block-type characters of it contrastillu, color and cosy to read. They may be applied These markings restrict access and make hazard,, obvious to aircrait.personnel. and vehicles. During periods of']ow either by using tape or'it water-soluble paint to facilitate AA-5 removal. Magnetic signs art• also acc•cptablc In addtl►om, the airport operator ta,; bailor eel to e ontorm r„loc ul vehicles must display identifirntion media,as specified in rc(ltcirrnlents and restrir'tiorls). the approved securit' plan. ('1•his station should be revised to con form to (lie(ir1wrt nhcralor's requirements.) h. Prominently napkin};open trenches, cxcnvations, and stockpiled nlatcriah,al the construction and lighting these obstacles dur n, hours of restricted visibility till(] c. Employee parking shall he darkness. Is'peci IN location),as designated by the airport manager project engineer._._,,, (specify). c. Marking and lighting closed. deceptive, and hazardous areas cm airports, as appropriate. (l, Access to the job site shall be via d. Constraining stockpiled material to prevent its (specify route), as shown on the plains - . !designated Illovenlenl -is a result of•the maximum anticipated aircraft by the engineer ._..._...__/designated 11v the superintendent _ ,designated by the airport blast fill(] Iorecast wind conditions. manager_ _...__iother— (specify). 12. RADIO (.'OMMIINICATI(.)NS. e. At 14 CTR part 131) certificated and towered Vehicular traffic located in or crossing an active• airports, till vehicle operators having access to the n(WLTall arCi7iS1 ha'1'C a wllk1if tw( - 91s' r;dl( In nOVLlCnl area nitil be flllhal \ 1111 airport piUCCdUfcs for the operation of gro►lnd vehicles and the• consequences contact with the control tower or he esi:orted by a person of noncompliance. in radio, contact with the tower, "I'he driver, through personal observation, should confine that no aircraft is approaching life vehicle position. Construction personnel f. If the airport is certificated andior has a security ilia,operate In a MOVClllelll area without Iwo-wav radio plan, the airport operator should check for guidance on communication provided a NC)•1 AR9 is issued clotting the the additional identification and control of construction area and life area is properly marked to prevent equipment. incursions. "i wo-way radio conimunican ns arc _ iare not required between contractors:and the Airport Ill. NAVIGATIONAL.AIDS. Traffic C'ontrol'fower /I AA Flight Service Station /Airport Aeronautical Advisory Stations (l1NIC'UMrC°I'AF1 Radiocc�mact is ;is The contractor must not conduct any construction a..tivit�� ------'-- ---- ---' not _ required between the hours of and within navigational aid restricted area, without prior Continuous monitoring is required mr is required approval from the local IAA Airway'Facilities sector representative. Navigational aids include i only when equipment movement is necessary in certain nsu'unlctnt arras _ ("Phis s('c•tinn mrn•hc'tailnrcd to,�•atit the landing system components and von' high-frequency vcc•ifir- t'r'hich'and sulen•r equire inent.1 of the aiq)ort omnidirectional ranee, airport surveillance radar. Such .clu,ra.eur.� restricted areas are depicted on cc•,nstrucllcnn plan-, 11. LIMi'1'A7'iOfVS ON CUNS'1'R1tC"1'1Ox, 13. DEIBIUS, Additional limitations on constriction include - \Vaste and loose material trust not be placed ill active mn•,'emcnt areas. Materials tracked onto these areas must he removed conunuouslY during the work protect. a, Prohibiting ope n•llanle \yelding or torch cuulnu operations unless adequate fire• safety prccautlon,, arc• provided and these operations havr hcen au►horlir•d h\ 1 AA-6 a APPENDIX 4. SAMPLE NOTAM AIRPORT FAA NOTAM # DATE: AIRPORT C.A.# TIME: NOTAM 'I'I XT— 1 NOTIFICATON: ####TOWER PHONE# INITIALS TIME CALLED IN BY 11###PSS PHONE# INITIALS TIME CALLED IN BY AIRLINES CANCELLED: NOTIFICATON: #1;11#TOWER PHONE 1i INITIALS TIME 'CALLED IN BY AA-7 #### I:SS PHONE# INITIALS TIME CALLED IN ICY, AIRLINES . AA-8 i BID PIROPO.tim,, 'ro. PurclMsutg Agent,City of.lef fcrson I. 'rile undersigned hereh}' certifies that hci.sIle have examined the firm of`contract, plans and specification. and other assoctmcd contract documents for the improvement of Jefferson OiN Memorial :Airport. State Block Grant Project No. AIRF 0 15-4011. The undersigned leather certifies that hc.,shc has exannrtecl the sne of the work. has determined iirr himselPher;selI'the conditions afTectiug the work and subject to acceptance of the proposal, agrees to provide at hts1her expense, all labor. insurance. superintendence. muchtnery, plant. cyurpnrcnt. tools, apparatus. appliances. ,old means of corlstr=110n• find 1111 materials and strpphc. complete the entire work. including work incidental thereto, in conf'ornumce with the plans. specifications,and associated contract documents. 2. 'Tile undersigned acknowledges that the Contract I)ocunlents consist of' the Invitation for Bid, Instruction to Bidders, all issued Addenda. Proposal, Statcnlem of Qualifications. Anticipated Sub-Contracts. I-orm of Proposal Guaranty. Notice of" Award. Contract Agmerrtent. Performance &, Payment bonds, Nonce to Proceed. Notice of Contractor's Settlement. Wage Rates. (general Provisions, Special Provisions. Plans, Technical Specifications, attached appendices and referenced documents. The Contract plans include the following: 5111T.•I I•fl•I I I:I:vImw" _ I ( "ver Sheet_hole:, Ylerc _—__-- , �urt Fcnctn:! I.nVout Ilan __.. <'hau) I.inl. }•cnc:•_Ihnail —___.—__ � .^ _ V o�•en Win., I•enc:e Detail 1 H � ;. The undersigned hereby proposes to do the work called for in said contract and specifications and shown on said plans and to furnish all materials, tools. labor• and all appliances and appurtenances accessary liar the said work at the IbIlowing of the• fi)llowine rates m)d prices: APPROX BASF Bill LINE FAA or ITENII D `SC PIPTION QUANTITY UNI T PRICT FYI NC). Mof)OT AN1'.) _ SPFrC'. 1.INFPI 1 1)C)1.1 :1KS ("15 ,y� I)(ti..LARS C"1'C I I I(II \1 moil Win". I r1)„ i I .'(I( T, 3 I �" _ I -lu� r.' chum I,rnl: l�eucr 1__�,• O�i-;_.� � � I 1 1 -- _—_ _— i c:c 1 r: _ _ - ------i ---fYPV I'.IL•ti C)G Or (3 OoO(--O-U - I Op o 0 (t40C) GU o loo - --fitbOv 00 ! 200 100 001 C)o �___1_—....,rn:'i:• ;;;rn ' i gat ---•�-•--t-'';'.i ------------_ ---------•-------- ---.—__ TOTAL 1311) (Base I id) `�-� l.� ( 9� 00 91 - 4. The undersigned understands that the above c uantitie� of work to be done are approximate>roximate only and arc Intended 1 1 1I principally to srrvc as a gttidc in evaluating the bids. 5. It is understood that the schedule of minimum wage rates, as established by the ;secretary of labor and the Missouri Division of Labor Standards included in the Contract I)ocumcnts!Slrecificauons are to govern on this, project, and the undersigned certifies that s/he has examined this schedule of wage rates and that the prices hid are based on such established wage rates. The highest rate between the two(i•edera) and Swc.) for each job classification shall be considered the prevailing wage. 6. The undersigned prime contractor, if not a MoDOT certified DBU. herchy assures that they will subcontract 0"/'41 percent of the dollar value of the prime contract to DBE firms or make good fitith efforts to meet the DBE contract goal. In addition, the prime contractor will include the DBE: clauses (see Special Provision O of the required Federal and State Clauses) required by the DBE Program adopted by MoDOT and the ctry in all contracts and subcontracts relating to this project. The undersigned will complete the 613E Participation information Included in paragraph 14, including a demonstration of good faith efibrts if the DBE- goal is not mct. If the undersigned prime contractor is a MoDOT certified DBE firm, then the prime contractor must perform at least thirty percent (30`o) of the total contract value work with its own forces, and will receive• DBI credit for all worl: which the prime contractor and any other MoDOT certified DBE farm perfornns directly. ?. The undersigned agree upon written notice of the acceptance of this bud. within sixly (60) days after the opening of the bids, that s/he will execute the contract in accordance with tilt• hid as accepted and give contract (Perf)rnnance and Payment)bond on attached fornns within ten(10) days after the prescribed forms are presented 1br signature. 9. The undersigned further agrees that if awarded the contract. s/hc will continence the work within ten (10) calendar days after the receipt of a notice to proceed and that s/he will complete the work within ferr•ty (40) working days after the notice to proceed. No work may he clone when the temperature is helow 40 degrees, except at the ' discretion of the engineer. An extension of time may be allowed when extra or additional work is ordered by the engineer. Liquidtued dannages in the amount of$ 500.60 per working day will he charged for that time which exceed the number of working days allowed in this paragraph. 9. As an evidence of good faith in submitting this proposal, the undersigned encloses a certified check, cashier's check. or hid bond in the amount of S_1aI 500.dC)_ _ which. in case the undersigned refuses or fails to accept tin award and to enter into a contract and File the required performance and payment honds within the prescribed time, shall he fbrfeited to the Cite of.leffcrson, as liquidated damages. 10. By entering into this contract, the Contractor certifies that neither it (nor sille ) nor arl person or firm who has an interest m the C'ontractor'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 21) CiT 5.I2(a)(1 t. 11. No part of this contract shall he subccuuracted to any person or firm inchgihlc for award of a Goverrunent contract by virtue of'Section 3(n 1 of the Davis-Macon Act or C'F1: x.121 a1(1 t. 12. The undersigned hcreh% declares that the onfy partics interested iii tits proposal arc' named herein. lh:nt this proposal IS made without collusion %vrth any other person. or comoration. Tha; no mcnnher of the council. officer or agent of the• city of.lcfferson, IS directly or rnchre•ctl\, financially imcrested in this hid. 13. T11C.undersigned acknowledges receipt of the• followin-, Addcndums. Ado --ndum No. ..__..n.Nl.e._. _....__... Date Ruccived Addendum No. Datc Rec•c.;ved acldcnduru No. .___ Dat, krccwed _-._--- ' Addendum No. . Date RCCUIVeii •9 Addendum No. Date Received 14. Identification of Participating DBE's. The information in this paragraph shall he completed when a DBE contract goal has been specified in paragraph 0 and/or provide written documentation and evidence of good faith efforts taken to meet the goal, (a). The undersigned submits the following list of DBE's to be used to accomplishing the work of this LI contract. The work, supplies or services, applicable value and percent of total federal contract each Dli1=, is to perfomi or furnish is as follows: (b), Joint venture with a DBE. The undersigned submits the following list of hid items the DBE prime 1 is responsible for and ap\, items that will he subcontracted out are nosed with an asterisk or a similar notation. 'file work. applicable value and percentage of total federal contract the• DBE prime is responsible for are as follows: 111(1 Item --I--'---•--- •--•-• Uf i Uf•--•—i Number(s) S �'aluc *"* Value i ,Amount 'total 1:)fil Name and Address Applicable Or Work I of DBE Wort: hcdcral to DL3I: ' DI31� c�ioal i I'crfimned i Goal ! Contract I 1 i i i T(TI.A1_. D131: PARTICIPATION i S **Cannot cxcceCl ccntrict amount for given item of work. ' (]'lease reproduce the above sheet if additional space is needed.) 15. Signature and Identity of Bidder: The unclersignc:d states that the correct LECiAL NAIAL AND ADDRESS of ' (1) the individual hidder. ('_') each partner (11 101111 venturer (whether individuals or corporations. and whether doing business under a fictitious name)• ur (3) the corporation (wnh the state in which it I'S ipc•otpurated) are shown below: that (if'not signing with the• rruemoti icy hint: themselves to hccome responsible and sole bidd(.n-) they are the agent of. and they arc•signing and executing tills (as indicated in the•proper spaces helow) as the bid of a ( ) sole in(lividuai c ) partilcrshih 1 ) joint V,cnuuT ' l�carporau0ri. incorporated under the law:; of state of _qz. Executed by bidder this day Name of individual, all partners or joint Address of each: ' venturers: 0 l U 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) ' (If a corporation,show its name above) rnSxIo ATTEST: (SEAL) _ (Signature) Secretary `(S ggna •c) (Title) Please print or type name ^--�_ Please print or type name No,rE: If bidder is doing business under a fictitious name, the bid shall be executed in the legal nalne of the individual partners,joint ventures. or corporation. with the legal address sho%tgi. and registration of fictitious name filed with the secretary ofstate,as required by sections 417.200 to 417.230 RSNlo, 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 et seq RSNlo. 94 r ADDENDUM NO, 1 PROJECT NO. AIRE 01540B AIRPORT FENCING PROJECT August 13,2004 1 1, The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. 1 BIDDER: M G�j n�� y,,c— r BY: TITLE:` ('e 5t ke►�t �_ r CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 � 1 1 r 1 r 1 1 1 For tltr C'111C:branch nr�vc� MIf nearest you,call tail free: END BID BOND (saH) 293-izaz rAX (Public Work) nvsua.nNcr Premium: –0– KNOWN ALL BY THESE PRESENTS,That we, Anchor Fence Corp e anfirm as Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, Surety, are held d firmly bound unto_ C i t y of Jefferson Cit;y , _ isSQttri --_., Obligee, m the sun, of.Twelve Thousand E i ve 1-Irincired & DOZ1 C 0=------ for the payment of which we bind ourselves,and our successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to suL•mit a bid to the Obli cc on a contract for Installing security fence at Jefferson City Airport Jefferson City, Mi.ssouri _ AIRE015-40B ("Project"). ® NOMI, THEREFORE, the condition of this bond is that if Ohlipe accepts Principal's bid, and Principal enters into a contract with ■ the Obligee in confomiance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise the Principal and Surety will pay to the Obligee the difference between the 1 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 scaled this 23rd_day of XC€ai - Au-,List 2004 AAnchor FeDre Corp _ (Seal) I'rin.ipal By: z./ ----- — CONTRACTORS BONDING AND INSURANCE COMPANY Attorney-in-Fact 1 °0. •� n•�• r�%�. �i°°e°w.r+°r>i�° °n r��'ww�ee�"E,,� af! • der i i ae ,/��•�.p ��'� a^'"'M r ihi`. 10�°Iii°•ri'r.•:n�q',`�• '�'ii••e',° •`+°a w� •i a°°er.�.I�L.00"n°a ."r.e�,,a�o rrpVw�i■•1�;,•n`e�e°�°•n'�f°��n" °nl;�} r°:"i°:• � ei°+�.�•.�."" °,•`ie��°°>a i i�,�9°�ie��,"wewuj°At!°Q°Y, q1t°°dr e",',,.w°..�°i°e°+°."i'�.."'i°{'�°°i°i o1•�"r."".°�'0°r4i'n�'«'Z 1'�ei i°o,�iw'"�'r qae�°e'Ite�,�'i °°I°e�.�ebp°�e.,+,°°i•,q•1°"1 ;�.Ir.a°f° "ir'rai•��°°�a1• •° .♦iii •w�J'�1 e• ••�'•�.d°°e°o o.°1 r «E a�...r.�1i4,E yl t.°"e, •°.. ° °..:+•e111r' '«o i°°°°Iyi' o',e°eoe°e9leoe8iel,e°o�� °8°°o,e0•.::1°1r!°i°.�°a°���i°8rE°r/jS=w/8t810eQi"'••?'�1°OreiOD�,e�P°iPOer°e��i.e �.48%'rOri °°obtCt °°'e•<se ° (f/ : iia, Oq 1/111•�'i'�1ti111190e1yiiC°, Ilttli.l7iie10 IIIq Op,ili 11N/0 =i/0N11111f10Z ,0P 111/0° i0q 11111/11°j��1J11,1110 IrJy°q o♦•,I/of Oa=�J♦0/5910 �.ig,°°q/oel0ree•o•1�";n,°� IliZ„ ...............lf�ll9lr ilea' 11�i1fllllr IN19►Illlrr oi1911111Sr NN119il1r NN111111 1 1NIIIIN NIIIIIH�r y9 1111 1 1/1r 19111 ft"t r" olfill9he " ���I') i , e�e4°o^oe1 , I II'��•^ � ',�,�"OED , e e•••°'� �p'no`oove ee °•1°•;•�Lr� Ee1 z� ,: READ ,C,4 flE UU I'- to be used�,6nlji'f,i4?itl: tlie.b•hhd'speelfied'herein 0•ro.°� Only an unaltered original of this Power of Attorney document is valid.A valid original of this document is printed on gray °Jo tiecurity paper with black and red ink and bears the scal of Contractors Bonding and In%urance Comptiny(the •1 1 r.M s 1 • 1• p°0ah �re!�. t e•e e,°^� visible when the document is held to the light.This document is valid solely in connection with the executionand deliveryof 01000 a•EP• the bond bearing the number indicated is valid only ifthe bond is executed on or before the date indicated above. U ie° oe040�11° •,t 44° oP0• / does hereby make, 4WO�o0a0°0�0 1 appoint the following: DENNIS B. BRECKENRIDGE, 9Y 04 C• ODWIN CRAWFORD its true and lawful Attorney(s)-in-Fact, with full power and /rY°•r°,b� • •• a - • t _ • _ Company: •• • • esoo°°°•°°I° '1 undertakings of suretyship given for any purpose, provided,1 °oarp however,«°°e• that °0°1y lilt, such person 0 ye•>°yP obligate - Company for a shall ny portion of the penal sum thereof in as of rEOO••. •$10,000,000, • - Zxce " ^ I _ authority • oeoe 'age°°a^'eo•° !contract is awarded, any bond or undertaking would be required with penal sum 1'r iin excess $10, 000, 000; and (2) co - _ bonded ��•e o°e,001 t40e p4 ,. • - _ appointment _■ • authority _ • • . oR 00000 •' °•°°i I kip, �O ego°Oi6 t°t r•o o 'o o°°°P°° e e°o ope o°•°•°q°° i •e°gip• •°E°�,emu _00800 r 0°10°e°•� 0 0 6 f1.0ee 4r00o�� o°oo°°P° •°ea e°o o v o°o°v000e goo ; e6oe•o 'r2o c°o° • • • ea000 o'b°• �u ooei jai n�•°O:°� 4 0°e P P ,, <°4;;.fie— • o°cP°a°a P 0 4 ep�°°— ��eP1e•P �yy y :voe�oo01 (a ooY y.'w." `ti;�Y.h,Siut.l'•,•f'''t. , , :eppaa! Ifill AM°'°�•°`°�:t ;,;�,�" 'I';= ti':'" ±'":,;`s.XIY�,"f ;�_ fir• °, e rre°O°°•. • ti rE o�, (pnli Y .resYc}i1„� �K',..-..r-°s•1._Yb 1 0 oliil ,r a .'r. 0�.,I,•at., 4°0 n°` ;�1`y:f �f;,1;•Y _=°O 4°Pt0°,1 , (I����o °e0f19dIHIJ IrlNerl9ele °elld 9{691.pgrd 11e yer 1 N e I 1 e e � 1 ' a;j�� °000ie0°8�^p�,p0o>�e•01t0e°:o:10"001 a{et It:�:pi0�jdgi/11i11gloy}'ioO�jlpljlligigl0{8i::�1o0�giiieblilii°`o Jt:�iljJj1bg11ig1i1i:eeiSii11 W..j111H11 iiNlp.�lll iiii110°�°�J�ed11 ilii{le..elll9iiii9e °�•apo/t` lotob.•e�oa1: °o!iooy°-fin'°'�°° •°°°rp�w°o1°o°P•°°°E °r.'•�°e°i°°•° °e 010°1�J= • 00°01°1°01°•��e•i000/.°°0°.,.°Od0°1°=. °•i000i1♦IIOOg1.°Nisi°001011010°01°p=•r°OIII•Ig1e°=•p�000/111ee•�:°i°OIIOIIOi1��°e° 01 °4 4 a��',°ri�r,°Win°°e:°°',►=i°mfr^°°�r•�o° °1•°f r'�°i i °1 i°� °°o°°e°i°�•��re°�,• •�.:°•4°°�••°�•�°':0..°e°+°°EIr:=�°°.e1°°i: •,1•.°,°°°61.•'io°�p+•°1�V•1��°i =1°p°°E1Er°ep°e•.P pi"�•°pgp0°�.i.pe'p°00°1°1 °c„r"°•�°��°•r■��000°°��ir ����•�►e�0i°o�...► %4 ri°,moo°o ier�°fir .`io°I° rre�•r����r rf�°:•°•ro••�r� °•�•• �°v• °O°•� �r° 0��u°�voE d�j000 °^° °° ° ° ° O• °• �1°4O� .�°o r �� q�I�'.'le■.Sti�•°i i�a�r.° °°1'1r.�•'°o`e• °eOp=0 City of.lcftcrson, Missouri Jefferson C;jty Memorial Airport State Block Grant Project No. AiRli 015-4013 ] "1 / THIS AGRE'MENT, made and entered into this -,.1. .. day of ((%,C-'!_ 20e- z , by and between the city of the City of Jefferson, i'arty of the First Part, hereinafter refierred to as the "Owner, " and Party of the Second Part, hereinafter referred to as the "Contractor," for the construction of airport improvement including perimeter fencing and associated gates, and other incidental work at the Jefferson City Memorial Airport. WITNESSE'i'1-1: ARTICLE 1. it is hereby mutually agreed that for and in consideration of the payments as provided for herein to the Contractor by the Owner. the said Contractor shall furnish all labor. equipment, and material and shall perform( all work necessary to complete the improvements in a good and substantial manner, ready for use. and in strict accordance with this Contract, a copy of which is filed pursuant to law in the of ice of the Icgal representative of the Owner. RTI 1.I]2. It is hereby further agreed that in consideration of the faithful performance of the work by the Contractor, the Owner shall pay the Contractor the compensation due him/hcr by reason of'said faithful performance of the work, at stated intervals and in the amount certified by the Enuineer, in accordance with the provisions of this Contract. ARTICLE-. 3. It is hereby further agreed that, at the completion of the work and its acceptance by the Ov`mer, all sums due the Contractor by reason of his 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 the Contractor by the Owner after said completion and acceptance. ARTICLE 4. It is hereby further agreed that any references herein to the "Contract" shall include "Contract Documents" as the same as defined in Paragraph 10-13, Section 10 of the General Provisions and consisting of the Invitation for Bid, Instruction to Bidders, all issued Addenda, Proposal, Statement of Qualifications, Anticipated Sub-Contracts, Form of Proposal Guaranty. Notice of Award. Contract Agreement. Performance & Payment bonds, Notice to Proceed, Notice of Contractor's Settlement, Wage Rates, General Provisions, Special Provisions, Plans, 1 Technical Specifications, attached appendices and all documents incorporated by reference. Said "Contract Documents" are made a part of the Contract as if set out at length herein. Said Contract Agreement is limited to the items in the proposal as signed by the"Contractor"and included in the"Contract Documents." ' ARTICLE 5 . The Contractor agrees to perfimn all the work describe in the Contract Documents for the unit prices and lump sums as submitted in the Bid, taking into consideration additions to or deductions from the Total Bid by reason of alterations or modifications of the original quantities or by reason of"Extra 'Wort:" authorized under this Agreement in accordance with the provisions of the Contract Documents. Ag,riC1.1_7 - The Contractor agrees to commence work within ten (10) calendar clays after the receipt of a notice to proceed and the Contractor further agrees to complete said work within forty (40) working days after the notice to proceed. Extensions of the Contract time may only be permitted execution of a formal modification to Contract Agreement as approved by the Owner. Liquidated damages in the amount of S 500.00 per working day will be charged for that time which exceed the number ofcalendar days allowed in this paragraph. IN WITN1:SS \\'f lER1iUP, the Party of the first Part and the Party of the Second fart. respectively. have caused this © Agreement to be duly executed in day and veal- first herein mitten in five (5)copies, all ofwhich to all intents and purposed shall be considered as the original, CONTRAC'T'OR, PAR'T'Y O, THE SECOND PART OWNI?lt; I'A)2'1'1'OT''CHE FIRST PART By: — ---- 13y: � r_t__. A-1 Z� I r i»-7W (Office or Position of Signer) (Office or Position of Signer) SEAL SEAL AT"1"EST: � ATTES'f`.J-G (Office or Position of Sig (Ofrc or Position of Signer) r t tttt,. PAYMENT BONI) J714�)9� KNOW AI..L. META BY THESE PRESENTS: Tbat ANCfiQI�Lrrvr�r -Cif? `- -------�- as Principal, hereinafter called Contractor, and Co111,r. 1Cj=S nr & IrCc>..--- as. Surem licensed to do business as such in the State of Missouri,hereby bind themselves and their respective heirs, executors. administrators, successors, and assigns, unto the City of Jefferson, Missouri, a Municipal corporation. as obligee in the penal sum of Ow--Hundro n __.o. + , ; �t-r �-llutaelt cal-l+ii-t�cl:fir- Fi tf}tt--' Dollars (S__jA4, , I gg__00_ ) for the payment whereo ontractor and Surety bind themselves, their heirs, executors,administrators, successors and assigns,jointly and severally. firmly by these.presents. 1 WHEREAS, Contractor has by written agreement Contract Document No./7(/"'I C(S' 413 dated 0(- 20 Lid_, entered into a contract with the City of Jefferson for perimeter fencing and associated gates for the Jefferson City Memorial Airport, which contract, including any present or future amendment thereto. is incorporated herein by reference and is hereinafter referred to as the Contract. eNOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that. if in connection with the Contract including all duly authorized modifications thereto, prompt payment shall be made to all laborers, subcontractors, teamsters, truck drivers, owners or other suppliers of equipment employed on the job, and other claimants, for all 1 labor performed in such work whether done for the prime contractor, a subcontractor, the Surety, a completion contractor or otherwise (at the full wage rates required by any law of the United States or of the State of Missouri, vvhere applicable), for services furnished and consumed, for repairs on machinery, for equipment. tools, materials, lubricants, oil. gasoline, water, gas, power, light, heat. oil, telephone service, grain, hay, feed, coal, coke. groceries and foodstuffs, either consumed, rented,used ore reasonably required for use in connection with the construction of the work or in the performance of the Contract and all insurance premiums, both for compensation and for all other ' kinds of insurance on the work, for sales taxes and for royalties in connection with. or incidental to, the completion of the Contract, in all instances whether the claim be directly against the Contractor, against the Suren? or its completion contractor, through a subcontractor or otherwise, and, further, if the Contractor shall defennd, indemnify and hold the City of Jefferson harmless from all such claims, detnands or suits by any such person or entitV. then this obligation shall be void. otherwise it shall remain in full force and effect. Any condition~ legally required to be included in a payment bond on this contract. including but not limited to those set out in (state section if applicable) of the City of Jefferson Charter. are included herein by reference. The Surety agrees that. in the event that the Contractor fails to make payment of the obligations covered by this bond, it will do so and, further. that within forty-five (45) days of receiving. at the address given below. a claim here under stating the amount claimed and the basis for the claim in reasonable detail. it (a) will send an answer to the claimant. with a copy to the Cin, of Jefferson. stating the amounts that are undisputed and the basis for challenging any amounts that are disputed and (b) will pay any amounts that are undisputed. 'flit. amount of this bond shall be reduced by and to the extent of any payment of payments made in good faith here under. While this bond is in force, it may be sued on at the instance of any pan to whom any such payment is due. in the name of the City of Jef7exson. to the use of such pam,. The City of.lefferson shall not be liable for the payment of any costs or expenses of any such suit. No suit shall be commenced or pursued here under other than in a state court of competent juinsdiction in Cole County,Missouri. or in the United States District Court for Western Missouri. INAIVER. The said Surer;. for value received. hereby expressly agrees that no change. extension of time. alteration or addition to the terms of the Contract or to die wort; w be performed thereunder. shall in any wise affect the ' obligations of this bond, and it does hereby waive notice of airy such change, extension of tine. or alteration or addition to the terms of the contract or the worl,to be performed thereunder. IN WITNESS WHEREOF, the. above parties have executed this instrument, the �� day of (�C'fC- -.20 . SIGNATURE OF p.I3IjJCIPAI (as applicable) A. Individual,partnership or joint venture (Signature of sole proprietor or general partner) rB, Corporation Steve Jacobs.n_ (Name of Corporate Principal) e By. ~- I President �. Attest• Secretary(affix seal) S1CNATURF OF SURETY' Name and address of Corporate Surety Contractors Bondina & Insurance Co. P.Q. Box 9271 _JSeattlin, WA 98109-0271 Attorney in Fact(attach power of alto ) ACCEPTANCE B)' CM' OF JEFFERSON The foregoing bond is approved. �- Date (CI'T'Y OFFICIAL} ' 1 The foregoing bond is in due form according to law and is approved. r ® Date _ City Attormy %- i�� 1 1111 11.1�••IS lit �j•}I�I��i 1l111t�1 �rl'i'iyIlftf t 1 ( 1�l� it111 I fll���/yi:i il�,j�j 'S�•0 •••••x•:'••••4.1' •••1• •�•�A .rv.^, a .. t .� n. j.i n� ,..ie S.♦�11 11.0•••r •o.e.,— f do. Pdh•:ti WIN --;o •••o.. %.•�•'•. ot P- ,•I'��� • • • • • t so so to. ••'ll� 4431K 'P. N• I••0�•V�• V�•.4 1 '4� M :�•off�� '.lv'a f n! r.• H,+ ^'��A;f•1r ;i�I'' I +'Ill's. n�,Si�•• 1•;;s;;= 4!I111►1u�.1 It:•jj�; •` llo 111-= 11 111 !! s 111111,1) �illily11 1 11111 1 ( illll 11 1� 1 1 1� �� i}'i'�) ,•fie:y'j i��;:•�•�Iii°�•�'_'�••�•i�.•li,'{.'�L 1%�'i�'•.,i•'•I,'• �1�•�•�•�.j:j=• •i •••���••i�'•ii��•i•••••••�i Stt•�ii••.�••f=li�� 1.1(1 � 'j�,1,�,1,1•• _� �S �• �1,1 1 r � • 11� �•,1,1,1.1.11=�tr,�•,r0' •,0; e•:;.::,;.,.:.�`•,r�� . �, . J?� ts.... I�;'�;J.YO: ...5.�••.. tL;,:,. .�l tJC ss4�,S.J�J m.;.. �.? ti sSj�� ••��.• : ��•.��;�f •;tt•••i} • t... 1�,•.,�•:•'i .�L iJ•:•��••:iJt• t•✓ ••••.Y •O''_'b••JJ� :��•f+.�wir�•�,� •y,.SNJ J il,♦,J •:� t�•�y�,��:�•��I�•�j�•,• -.ad. rPE FORMANCE BONI) JA,1999 KNOW ALL MEN BY THESE PRESENTS: That _ANr_i M .,1rr CQBP as Principal, hereinafter called Contractor, and Co n .>✓,t- .nrs Bondiiig K _Iris;uranon on __ as Surew, licensed to do business as such in the State of Missouri, hereby bind themselves and their respective heirs. executors. administrators, successors, and asrilms, unto City of Jefferson. Missouri. a Municipal corporation. as Obligee, in the penal sum of(�j� S luny. it` Fs� F.X o t r n i�nt, anci On�i-hMdrr d_.N i . _L44414 I- ��. Dollars ($_144. gl 8.00--___________ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors,administrators, successors and assigm,jointly and severally,by these.presents. WHEREAS. Contractor has by written agreement Contract Document No. /I I k —bK- l dated ('_>c I 1 � 2004 . entered into a contract with thr. Cin of Jefferson for perimeter fencing and associated`gates, which contract, including any present or future amendment thereto. is incorporated herein by reference and is hereinafter referred to as the Contract. NOW, THEREFORE. THE CONxrioN O}: TINS OBLIGATION is such that. if the Contractor shall promptly and faithfully perform said Contract including all duly authorized changes thereto, according to all the terms thereof, including those under which Contractor agrees to pay legally required wage rates including the prevailing hourly rate of wages in the locality, as detemlined by the Department of Labor and Industrial Relations or by final judicial determination, for each craft or type of workman required to execute the contract. and. further, shall defend. indemnif}, and hold the City of Jefferson harmless from all damages. loss and expense occasioned by any failure whatsoever of said Contractor and Surety to fully comply with and cam, out each and even, requirement of the contract,them this obligation shall be void: otherwise it shall remain in full force and effect, ® In the event that Contractor shall be and is declared by the City of Jefferson to be in default under the Contract,the City of Jefferson having performed its obligations thereunder. the Surety may promptly remedy the default, or shall promptly 1) Complete the contract in accordance with its terms and conditions. or 2) Obtain a bid or bids for completing the Contract in accordanc.: with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or. if the City of Jefferson elects. upon determination by the City of Jefferson and the Surety,jointly of the lowest responsible bidder, arrange for a contract between such bidder and the City of Jefferson and make available w Work progresses(even though there should be a default or a succession of defaults raider the contract or contracts of completion arranged under this paragraph) sufficient fitnds 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 here under, the penal sum of the bond. The tern "balance of the contract price", as used in this paragraph. shall mean the total amount payable by the Cite of Jefferson to Contractor under the Contract and any amendments thereto, disbursed at the rate provided in the original contract. less the amount properly paid by the Cite of Jefferson to contractor. If the completion contract provides for more rapid payment than the Contract. then Surety shall advance such sums as are needed to make payment as provided in the completion contract and shall recover it from the Cin,of Jefferson when payment from the City of Jefferson is due, WAIVER. The said surety. for value received. hereby expressly agrees that no change. extension of time, alteration or addition to the term of the contract or to the wort: to be performed thereunder . shall in any wise affect the i obligations of this bond: and it does hereby waive notice of any such change, extension of time. or alteration or addition to the term:of the contract or the worl. to be performed thereunder. IN WITNESS WHEREOF, the above parties have executed this instrument, the r day of N SIGN L11� .QF PlthNrII'AL( ,,gnnytcablr,) A. Individual,partnership or joint venture ' (Signature of sole proprietor or general partner) B. Corporation Rf:nYr, ,Tarnhcr-ri a (Name of Corporate Principal) By. its / President Attest: Secretary(affix seal) ® SIGN L= OF SURETY Name and address of Corporate Surety 1 .rtr)rs Rnnding & 7its>>ranrn Co. L.O. Box 9221 Seattle, WA LiR1oq_p)71 By: � 'f Attorney in Fact(attach power of atom-y) ACCEPTANCE BY .1C EY OF .1F F &S— The foregoing bond is approved. Date CITY OFIrICLAL The foregoing bond is in due foma according to law and is approved. ' Date City Attorney • Qh. J a P fAM :f'�;': f�j:s�► r .:iii .er�k_ ..� �lo{1.}s �'r �,r;.:'•,� .4a Sri�ti �•... f♦ 6♦•,•�w•'•' i jj�•�, j• j l� �S ►✓"'.y' el j '•'.�• •�j� •� ,,► • lf'j .•e a NAM#, _�t•.•:•f•:eiS�'�y .••1•:.i'•:�, i.•�ifg� ■ p•,�..•1'f•� •►��,•;�•/ ! ..••�. ��f i•:i•1' •�;••�' �� •• y fp•, �, .•.�1•T,'•� ;i ��•,••• �•r 'r~;✓Si'•t•1/1•I/fl/l/i��•'11111f111'�'il NINIi���111111�/� �ir1 tlll�� ��1/1111"I/jj (111111f� �I�Ii111111� =�111•11�i �'(Illfl•I�t�li�S I�Ilifl S •/i1(11�1•IIIISi I llfllll fi ��t�•'ti• to I►.!ti=-to 1 .pry 11 Ill �'��:'`�1•F,•s:9I�!'StG'" ' � �� ,' 1 7 � iY � 1�" . ��r��"/w'j J';!ll� • y,-.,. .....°° .I t^.�•.i+.....}...4L .. e i!+l ft . ., °1• •.�1 1 . i Y ^.<I't.A—t a r'11 .. I i . CM�'1'a�t•f'y� — • •' :jjJ:� �:•:i•Q• t ,,f,•,•,•o��` NOW ALL MEN BY THESE PRESENTS, that the Company does hareby mako, . ... ind appoint the following: DENNIS B. BRECKENRIDGE, VAMELA S. CRAWFORD and on EDWIN CRAWFORD its tru(,.4 arid lawful. Attorney(s) -in-Fact, with full power and ,•,•,•,: • hereby (1) any and all • and •�..• icknowledge and deliver on behalf of the Company: ndertakings of .l.•.--_ such person • • • • s • • undertaking .•:�o: obligate x a . • • x , lit :ir•. la 6!.! t excess of $10, 000,000, and provided, furthor, that no Attorney-in-Fact I Q� have the authority to issue a bid or proposal bond for any project where, if a r �ll�l! awarded, 'i 3•!!11 releases and other similar in excess of $10,000,000; and (2) consents, documents required by in obligee under a contract bonded the Board of Directors of the ap authority ♦S, I!i•:- '•,�•:r •��� 0 PRO ,• 1 ���1•:== sal .....•. r, ��I�I!1•' :1�1i1 J. -=1 COIlk go to l • l • of ' •,����;.lNHllhi �/ `1 1 11 , / 11111111• 111) 1• 1 1 1 = / 1 / 11 /l 11 1 . •�� �lo•••,��,I,S,����._;�SII111./e,�jitS•�„ff,l,•!1:•• 11111, , 111111 ill 111 slllll 1� S,•11�1111.1.1� t slllllll�•.•1111111•,}ill 11111,1•• sllllllfl=.S,lllllllll�.,•��.�1' e •111111 1 . .. • ••♦ 1 / • l 1•N•N •1111 . i •1• •f1 •N 1 • . . • r . . f, �,••,:••,•1„•�, •� 1•ff•.;+°,•r•••••��.QS•/i♦�i L •S�i..�� f.••f.�i•• .. f • _ � •.• l L'• •.•• n••.♦e•e.•�0 .�b.l.••♦y�1.See/i i•�:.•.•OL'e• ,;•• ,�e,,�� •w°�•�•�.°•,�rT..�r::��°`�°��.i°•°y�'•✓ip• ,.°•.►��'✓.�,�fj • � ,,✓1 °��•✓Oj a•��� �':,.°•,l j� °�°•J�j ""o;°{•.'••j•°f°jr'•'•..•�� G'�•'j S �'•f •• �°'�•.i+:�ti: ��:��1�""r 1S�j°,j�.r'Lylj� ••v rJ •► • w'�► �Lt•J �.'r. Y �`.i�.�,/ S`:Ii rr�4�•�-.•,. Y,r' •f S•7.'�' r ,ACC?RD. CERTIFICATE OF LIABILITY INSURANCE °x9/2212004 PACIDUCER Serial# (32880 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BRECKENRIDGE INSURORS, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ! 1334 S.GLENSTONE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ` RINGFIELD, MO 65804 NE-417-882-2600 FAX -417-890-7289 INSURERS AFFORDING COVERAGE IN D ANCHOR FENCE CORP IN5IIfWR A HAWKEYE-SECURITY INSURANCE COMPANY 5775 S.CAMPBELL INJ,URLR n SPRINGFIELD,MO 65810 INSUHFH C w,u1rE:R D INSOILH F COVERAGES _ THE POLICIES OF INSURANCE LISTED BELOW HAVE ESEEN ISSUED TO THE INSURED NAMED ABOVE TORT HE POLICY PE 11101)INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CL,NDITION OF ANY CONTRACT OR OTHLH DOCUMENT WITH RESPECT TO WHICH THIS GERTITICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDf:D BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THf: TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE'LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CL AIMS. INSR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS I GENERAL LIABILITY LACI I OCCUTARENCC s 1,000,000 A X COMMEFICIALGENERALIAAIIIIIIY COP9884984 09-27_-04 09.22-05 IIFW..DAMAGI'-'Any(smf1fo) $ 100,000 CLAIMS MADE X OCCU(1 MFI1 CY,P(NIy jinn parson) $ 5,000 ' P(:11 SONAL R ADV INJOHY s 1,000,000 to NFHAI.AniomnAIF $ 2,000,000 OE..N-L AGGREGATE LIMIT N'PLILS PF11 PRUnIICIS r,Ob1F''Op nfiG S 2,000,000 X . POLICY PHO 10(1 AUTOMOBILE LIABILITY BA988518�1 09-22-04 09-22-05 cx,rlBlNeD swr,LE LIMIT s 1,000,000 A i X ANY AUTO IT:n acc dnnry I ALLOWNEDAUTOS NODILY IN,IUIIY SCHEDULED AUTOS X y AUTOS HIRED I. I EInDIL'!INJURY � X i NON•OWNED AUTOS Ilha ncrulrnt) *1 ,ARAGE11110PE=HTYDAMAGE (Per 11,xidant)LIABILITY I , 1 _ AU 10ONIY FA ACCIDENT S I I ANY AUTO OPILH 1HMJ FA ACC 5 AU 10 ONLY nGG S _ EXCESS LIABILITY FAI;H OCCURRENrF s 1,000,000 A X OCCUR CLAIMS MADE--. CU9885684 09-22-04 09-22-05 nlx+Rl r,nrE 5 1,000,000 J ! DEDUCTIBLE S X I RETENTION s 10,000 _ s WORKERS COMPENSATION AND OIC9885384 09-22-04 09-22-05 X Itof3y L ITS LER A EMPLOYERS'LIABILITY 1 1. (ACH ACCIDFNI 4 500,000 L L UISLASF •LA LMPLOY1-F 500,000 j L L DISCAliL •POLICY LIMA S 500,000 A 'OTHER CBP9884984 09-22-04 09-22-05 $30,000 PER LOCATION, $250 !INSTALLATION FLOATER DEDUCTIBLE i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONC,ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ECURITY FENCE AT THE JEFFERSON CITY MEMORIAL AIRPORT ROJECT#61018 CERTIFICATE HOLDER X ADDITIONAL INSURED;INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DEPARTMENT OF COMMUNITY DEVELOPMENT DATE THEREOF,THE ISSUING INSURER WILL ENDL•AVOR TO MAIL. 30 DAYS WRITTEN CITY OF JEFFERSON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 320 E.MCCARTY IMPOSE NO OBLIGATION OR LIABILITY Or'ANY KIND UPON THE INSURER,ITS AGENTS OR JEFFERSON CITY,MO 65101 REPRESENTATIVES. _ AI m4nnorrn OrnrJr•C r NT A Mir / Ltd CORD 25-S(7/97) 0 ACORD CORPORATION 1988